+ All Categories
Home > Documents > OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt....

OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt....

Date post: 14-Mar-2018
Category:
Upload: duongtu
View: 220 times
Download: 2 times
Share this document with a friend
123
Page 1 of 1 _____________________________________________________________________________________ FORWARDING LETTER Sub: IFB No. CDO7190P18 – Hiring of MMC service for Drilling Water Disposal Wells (WDW) for a period of 04 (Four) years. Dear Sir(s), 1.0 OIL INDIA LIMITED (OIL), a “Navaratna” Category, Government of India Enterprise, is a premier Oil Company engaged in exploration, production and transportation of crude oil & natural gas with its Headquarters at Duliajan, Assam. Duliajan is well connected by Air with nearest Airport being at Dibrugarh, 45 km away. 2.0 In connection with its operations, OIL invites Local Competitive Bids (LCB) from competent and experienced/approved Contractors/Firms for the mentioned work/service under OPEN E-TENDER SINGLE STAGE TWO BID SYSTEM through OIL’s E-Procurement Portal: https://etender.srm.oilindia.in/irj/portal for ‘Hiring of MMC service for Drilling Water Disposal Wells (WDW) for a period of 04 (Four) years.’ One complete set of Bid Documents covering OIL's IFB for hiring of above services is uploaded in OIL’s E-Procurement Portal. You are invited to submit your most competitive bid on or before the scheduled bid closing date and time through OIL’s E-Procurement Portal. For your ready reference, few salient points of the IFB (covered in detail in the Bid Document) are highlighted below: (i) IFB No./E-Tender No. CDO7190P18 (ii) Type of Bid Open E-Tender, Single Stage-Two Bid System (iii) Tender Fee Rs. 2000.00/- (Rupees Two Thousand only) (non-refundable) a. Tender fee should be paid only through the payment gateway available on OIL’s E- Tender Portal. No other mode of payment shall be accepted. b. Bidders claiming waiver of tender fees shall apply to Contracts Department, Oil India Limited, Duliajan with documentary evidence as mentioned in Para. No. 4.0 below, before 07 (Seven) days of bid closing date. (iv) Period of Sale of Bid Document 23.02.2018 to 20.03.2018 (v) Bid Closing Date & Time 27.03.2018 at 11:00 HRS: Server Time (vi) Technical Bid Opening Date & Time 27.03.2018 at 14:00 HRS: Server Time (vii) Price Bid Opening Date & Will be intimated to the eligible bidder(s) nearer OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. DULIAJAN, DIST - DIBRUGARH ASSAM, INDIA, PIN-786602 CONTRACTS DEPARTMENT TEL: (91) 374-2800548 E-mail: [email protected] Website: www.oil-india.com FAX: (91) 374-2803549
Transcript
Page 1: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

Page 1 of 1

_____________________________________________________________________________________

FORWARDING LETTER

Sub: IFB No. CDO7190P18 – Hiring of MMC service for Drilling Water Disposal

Wells (WDW) for a period of 04 (Four) years.

Dear Sir(s),

1.0 OIL INDIA LIMITED (OIL), a “Navaratna” Category, Government of India

Enterprise, is a premier Oil Company engaged in exploration, production and

transportation of crude oil & natural gas with its Headquarters at Duliajan, Assam.

Duliajan is well connected by Air with nearest Airport being at Dibrugarh, 45 km

away.

2.0 In connection with its operations, OIL invites Local Competitive Bids (LCB) from

competent and experienced/approved Contractors/Firms for the mentioned

work/service under OPEN E-TENDER SINGLE STAGE TWO BID SYSTEM through

OIL’s E-Procurement Portal: https://etender.srm.oilindia.in/irj/portal for ‘Hiring of

MMC service for Drilling Water Disposal Wells (WDW) for a period of 04 (Four)

years.’ One complete set of Bid Documents covering OIL's IFB for hiring of above

services is uploaded in OIL’s E-Procurement Portal. You are invited to submit your

most competitive bid on or before the scheduled bid closing date and time through

OIL’s E-Procurement Portal. For your ready reference, few salient points of the IFB

(covered in detail in the Bid Document) are highlighted below:

(i) IFB No./E-Tender No. CDO7190P18

(ii) Type of Bid Open E-Tender, Single Stage-Two Bid System

(iii) Tender Fee Rs. 2000.00/- (Rupees Two Thousand only)

(non-refundable)

a. Tender fee should be paid only through the

payment gateway available on OIL’s E-

Tender Portal. No other mode of payment

shall be accepted.

b. Bidders claiming waiver of tender fees shall

apply to Contracts Department, Oil India

Limited, Duliajan with documentary

evidence as mentioned in Para. No. 4.0

below, before 07 (Seven) days of bid

closing date.

(iv) Period of Sale of Bid

Document

23.02.2018 to 20.03.2018

(v) Bid Closing Date & Time 27.03.2018 at 11:00 HRS: Server Time

(vi) Technical Bid Opening

Date & Time

27.03.2018 at 14:00 HRS: Server Time

(vii) Price Bid Opening Date & Will be intimated to the eligible bidder(s) nearer

OIL INDIA LIMITED

(A Govt. of India Enterprise)

P.O. DULIAJAN, DIST - DIBRUGARH

ASSAM, INDIA, PIN-786602

CONTRACTS DEPARTMENT

TEL: (91) 374-2800548

E-mail: [email protected]

Website: www.oil-india.com

FAX: (91) 374-2803549

Page 2: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 2 of 2

Time time.

(viii) Bid Submission Mode Bids must be uploaded online in OIL’s E-

Procurement Portal.

(ix) Bid Opening Place Office of CGM-Contracts

Contracts Department,

Oil India Limited, Duliajan-786602,

Assam, India.

(x) Bid Validity 120 days from Original Bid Closing Date.

(xi) Mobilization Time 45 (Forty Five) days from the date of issue of

LOA.

(xii) Bid Security/EMD

Amount

Rs. 36,78,350.00 (Rupees Thirty Six Lakhs

Seventy Eight Thousand Three Hundred Fifty

only).

a. The Bid Security should be submitted only

in the form of Bank Guarantee as per BG

format enclosed herewith (Proforma-V)

issued by Nationalized/Scheduled Bank in

favour of M/s Oil India Limited and payable

at DULIAJAN.

b. Alternately, Bid Security can also be paid

through the online payment gateway against

this tender.

c. In case of Bidder(s) submitting Bid Security

in the form of Bank Guarantee, the original

hard copy of Bid Security should reach the

office of CGM-CONTRACTS on or before

12.45 PM (IST) on the bid closing/opening

date otherwise bid will be rejected.

d. A scanned copy of Bid Security document

should also be uploaded along with the Un-

priced Techno-Commercial Bid documents.

e. This Bid Security Deposit shall be refunded

to all unsuccessful bidders, but is liable to

be forfeited in full or part, at Company’s

discretion, as per Clause No. 9.0 below.

Bids without Bid Security Deposit in the

manner specified above will be summarily

rejected.

No other mode of payment will be accepted

by the Company. The Bid Security shall not

earn any interest to the bidder from the

Company.

Notes:

Bidders claiming waiver of Bid Security

shall apply to Contracts Department, Oil India

Limited, Duliajan with documentary evidence as

mentioned in Para. No. 4.0 below before 07

Page 3: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 3 of 3

(Seven) days of bid closing date.

Any offer not accompanied with the Bid

Security shall be treated as invalid and

summarily rejected. Any subsequent deposit of

Bid Security after the bid closing date shall not

be permitted. Also, adjustment of Bid Security

due against the instant tender, against dues

from the Company or on any account shall not

be permitted.

(xiii) Bid Security/EMD

Validity

Minimum upto 23.08.2018 (Minimum 150

days from the original date of opening of

Technical Bid)

(xiv) Original Bid Security to be

submitted

Office of CGM-CONTRACTS,

CONTRACTS DEPARTMENT,

OIL INDIA LIMITED, DULIAJAN,

ASSAM-786602, INDIA

(xv) Amount of Performance

Security

10% of Annualized Contract value.

a. Bidders can submit performance Security

in the form of Bank Guarantee from any

Scheduled Indian Bank as per BG format

enclosed herewith (Proforma-VII).

b. Performance Security Money shall not

earn any interest.

(xvi) Validity of Performance

Security

90 days beyond Contract period/duration.

(xvii) Location of job Assam and Arunachal Pradesh

(xviii) Duration of the Contract 04 (Four) years from commencement date of

contract.

(xix) Quantum of Liquidated

Damage for Default in

Timely Mobilization/

Completion

Refer Clause No. 28 of General Conditions of

Contract.

(xx) Integrity Pact Must be digitally signed & uploaded along with

the Un-priced Techno-commercial Bid.

(xxi) Bids to be addressed to CGM-Contracts,

Contracts Department,

Oil India Limited, Duliajan-786602,

Assam, India.

(xxii) Pre-Bid conference Not Applicable

(xxiii) Last Date of receipt of

Queries

Not Applicable

Note:

The Bank Guarantee issuing bank branch shall ensure the following:

The Bank Guarantee issued by the bank shall be routed through SFMS platform as per the following details:

i) “MT 760/MT 760 COV for issuance of bank guarantee. ii) “MT 760/MT 767 COV for amendment of bank guarantee.

Page 4: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 4 of 4

The above message/intimation shall be sent through SFMS by the BG issuing bank

branch to Axis Bank, Duliajan Branch, IFS Code: UTIB0001129, Branch address:

AXIS Bank Ltd., Duliajan Branch, Daily Bazar, Jyotinagar, Duliajan, District

Dibrugarh, PIN: 786602.

3.0 GUIDELINES FOR PARTICIPATING IN OIL’S E-PROCUREMENT

3.1 To participate in OIL’s E-Procurement tender, bidders should have a legally

valid digital certificate of Class 3 with Organizations Name and Encryption

Certificate as per Indian IT Act from the licensed Certifying Authorities operating

under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities

(CCA) of India (http://www.cca.gov.in). Digital Signature Certificates having

“Organization Name” field other than Bidder’s Name are not acceptable. However,

aforesaid Digital Signature Certificates having Bidder’s Name in the “Organization

Name” field are acceptable.

Encryption certificate is mandatorily required for submission of bid. In case

bidder creates response with one certificate (using encryption key) and bidder changes

his Digital Signature Certificate then old certificate (used for encryption) is required in

order to decrypt his encrypted response for getting the edit mode of the response.

Once decryption is done, bidder may use new DSC certificate for uploading and

submission of their offer. It is the sole responsibility of the bidder to keep their DSC

certificate properly. OIL INDIA LIMITED will not be responsible in case of loss of the

certificate.

The authenticity of above digital signature shall be verified through authorized

CA after bid opening. If the digital signature used for signing is not of “Class-3” with

Organizations name, the bid will be rejected.

Bidder is responsible for ensuring the validity of digital signature and its proper

usage by their employee.

The bid including all uploaded documents shall be digitally signed by duly

authorized representative of the bidding company.

3.2 For participation, applicants already having User ID & Password for OIL’s E-

Procurement Portal need to register against the IFB and pay the requisite Cost of Bid

Document (Non-transferable and Non-refundable) through the online payment

gateway provided in OIL’s E-Procurement Portal. New vendors/existing vendors not

having User ID & Password for OIL’s E-Procurement Portal shall obtain User ID &

password through online vendor registration system in E-portal and pay the requisite

Cost of Bid Document in the manner as specified above. NO OTHER MODE OF

PAYMENT TOWARDS COST OF BID DOCUMENT WILL BE ACCEPTABLE.

3.3 Parties, who do not have a User ID, can click on Guest login button in the E-

Portal to view and download the tender. The detailed guidelines are available in

OIL’s E-Procurement site (Help Documentation). For any clarification in this

regard, bidders may contact E-Tender Support Cell at Duliajan at [email protected],

Ph.: 0374- 2807178/4903.

3.4 Details of process for submission of Tender Fees & Bid Security (EMD) through

the online payment gateway are available in Vendor User Manual under E-

Procurement portal. (Note: Important Points for on-line Payment can be viewed at Oil

India's website at url: http://oil-india.com/pdf/ETenderNotification.pdf).

Page 5: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 5 of 5

3.5 The link to OIL’s E-Procurement Portal has been provided through OIL’s web

site (www.oil-india.com).

4.0 In case any bidder is exempted from paying the Tender Fee or the Bid security,

they should request OIL with supporting documents. The detailed guidelines for

exemption of the Tender Fee and the Bid security are given below.

4.1 EXEMPTION OF TENDER FEE

1. Micro and Small Enterprises (MSEs) registered with District Industry

Centres or Khadi and Village Industries Commission or Khadi and Village

Industries Board or Coir Board or National Small Industries Corporation or

Directorate of Handicrafts and Handloom or any other body specified by

Ministry of MSME are exempted from payment of tender fee irrespective of

the monetary limit mentioned in their registration certificate provided they

furnish evidence that they are registered for the items they intend to quote

against OIL tenders.

2. Central Government Departments and Central Public Sector Undertakings

(CPSUs) are also exempted from the payment of tender fee.

3. Parties registered with DGS&D, having valid certificates are exempted from

payment of tender fee.

4. In case bidding MSE is owned by Schedule Caste or Schedule Tribe

entrepreneur, valid documentary evidence issued by the agency who has

registered the bidder as MSE owned by SC/ST entrepreneur should also be

enclosed.

5. In case of MSEs/CPSUs/Government Bodies/eligible institutions etc.

claiming waiver of tender fees, they shall apply to Contracts Department, Oil

India Limited, Duliajan with documentary evidence before 07 (Seven) days

of bid closing date.

4.2 EXEMPTION OF BID SECURITY

1. If the bidder is a Micro or Small Enterprises (MSE) registered with District

Industry Centres or Khadi and Village Industries Commission or Khadi and

Village Industries Board or Coir Board or National Small Industries

Corporation or Directorate of Handicrafts and Handloom or any other body

specified by Ministry of MSME, then they are also exempted from submitting

Bid Security. Bidding MSEs shall have to submit a Copy of valid

Registration Certificate clearly indicating the monetary limit, if any and

the items for which bidder is registered with any of the aforesaid agencies.

2. Central Government Departments and Central Public Sector Undertakings

(CPSUs) are also exempted from submitting Bid Security.

3. In case bidding MSE is owned by Schedule Caste or Schedule Tribe

entrepreneur, valid documentary evidence issued by the agency who has

registered the bidder as MSE owned by SC/ST entrepreneur should also be

enclosed.

5.0 Bid should be submitted online in OIL’s E-procurement site up to 11.00 AM

(IST) (Server Time) on the date as mentioned and will be opened on the same day at

2.00 PM (IST) at the office of the CGM-Contracts in presence of the authorized

Page 6: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 6 of 6

representatives of the bidders.

6.0 The rates shall be quoted per unit as specified in the “PRICE BIDDING

FORMAT” attached under “Notes and Attachments” tab. Bidder should note that no

pricing information is furnished in the "Technical Attachment" (Un-priced Techno-

Commercial Bid) otherwise the bid will be rejected.

7.0 The tender is invited under OPEN E-TENDER SINGLE STAGE TWO BID

SYSTEM. The bidder has to submit both the “TECHNICAL” and “PRICED” bid

through electronic form in the OIL’s E-Tender portal within the Bid Closing Date and

Time stipulated in the E-Tender. For submission of Bids online at OIL’s E-Tender

Portal, detailed instructions are available in “User Manual” available in OIL’s E-Tender

Portal. The Technical Bid should be submitted as per Scope of Work & Technical

Specifications along with all technical documents related to the tender and uploaded

under “Technical Attachment” Tab only. Bidders to note that no price details

should be uploaded in “Technical Attachment” Tab Page. The Price Bid rates shall

be quoted per unit as specified in the “PRICE BIDDING FORMAT” attached under

“Notes and Attachments” tab in the main bidding engine of OIL’s E-Tender portal.

The price quoted in the “PRICE BIDDING FORMAT” will only be considered for

evaluation.

8.0 The Company reserves the right to reject any or all the tenders or accept any

tender without assigning any reason.

9.0 (a) No Bidder can withdraw his bid within the validity or extended validity of the

bid. Withdrawal of any bid within validity period will lead to forfeiture of his/her/their

Bid Security Deposit in full and debar from participation in future tenders, at the sole

discretion of the company.

(b) Once a withdrawal letter is received from any bidder, the offer will be treated

as withdrawn and no further claim/correspondence will be entertained in this regard.

10.0 Conditional bids are liable to be rejected at the discretion of the Company.

11.0 The bidders are required to furnish the composition and status of ownership of

the firm in whose name bid documents have been purchased/issued along with one or

more of the following documentary evidences (which are applicable to the bidder) in

support of the same and scanned copies of the same should be uploaded along with

the Un-priced Techno-Commercial Bid documents.

11.1 In case of Sole Proprietorship Firm, Copies of Telephone/Electricity/Mobile Bill,

PAN card, latest Income Tax Return form indicating therein the name, business and

residential address, E-mail and telephone numbers of the owner and GSTIN number.

11.2 In case of HUF, Copies of Telephone/Electricity/Mobile Bill, PAN card, latest

Income Tax Return form, Family Arrangement indicating therein the name, residential

address, E-mail and telephone numbers of the owners in general and Karta in

particular and GSTIN number.

11.3 In case of Partnership Firm, Copies of Telephone/Electricity/Mobile Bill, PAN

card, latest Income Tax Return form indicating therein the name, residential address,

Page 7: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 7 of 7

E-mail and telephone numbers of all the partners (including the Managing Partner),

registered partnership agreement/deed and GSTIN number.

11.4 In case of Co-Operative Societies, Copies of Telephone/Electricity/Mobile Bill,

PAN card, latest Income Tax Return form indicating therein the name, residential

address, E-mail and telephone numbers of all the Directors or persons who are at the

helm of affairs, registration certificate from Registrar of Co-Operative Societies and

GSTIN number.

11.5 In case of Societies registered under the Societies Registration Act, Copies of

Telephone/Electricity/Mobile Bill, PAN card, latest Income Tax Return form indicating

therein the name, residential address, E-mail and telephone numbers of all the

Directors or persons who are at the helm of affairs, registration certificate from the

Registrar of the state and GSTIN number.

11.6 In case of Joint Stock Companies registered under the Indian Companies Act,

Copies of Telephone/Electricity/Mobile Bill, PAN card, latest Income Tax Return form

indicating therein the name, residential address, E-mail and telephone numbers of all

the Directors or persons who are at the helm of affairs, Certificate of Incorporation

from the Registrar of Companies, Memorandum and Articles and GSTIN number.

11.7 In case of Trusts registered under the Indian Trust Act, Copies of Telephone/

Electricity/Mobile Bill, PAN card, latest Income Tax Return form indicating therein the

name, residential address, E-mail and telephone numbers of all the Trustee or persons

who are at the helm of affairs, registration certificate from the Registrar of the state,

Trust Deed and GSTIN number.

12.0 The tender will be governed by

Forwarding Letter

Instruction to Bidders

BEC-BRC- Bid Evaluation Criteria & Bid Rejection Criteria.

Part-I - General Conditions of Contract (GCC)

Part-II - Schedule of Work, Unit and Quantity (SOQ)

Part-III - Special Conditions of Contract (SCC)

Part-IV - Schedule of company's Plants, Materials and Equipments - Not

Applicable

Part-V - Safety Measures (SM)

Part-VI - Integrity Pact

Price Bidding Format & PP-LC Format

Proformas & Annexures

SPECIAL NOTE

Please note that all tender forms (Forwarding Letter, BEC-BRC/Bid Evaluation

Criteria & Bid Rejection Criteria, Part–I/General Conditions of Contract/GCC, Part-

II/Schedule of Work, Unit and Quantity/SOQ, Part-III/Special Conditions of

Contract/SCC, Part-V/Safety Measures/SM, Part-VI/Integrity Pact, Price Bid & PP-LC

Format) and supporting documents are to be submitted through OIL’s E-Procurement

site only except following documents which are to be submitted manually in sealed

envelope super scribed with Tender No. and due date to CGM-Contracts, Contracts

Department, Oil India Limited, Duliajan-786602.

Page 8: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 8 of 8

a) ORIGINAL BID SECURITY (Only in case of Bidder(s) submitting Bid

Security in the form of BANK GUARANTEE)

A scanned copy of Bid Security should also be uploaded along with the Un-

priced Techno-Commercial Bid documents.

b) ANY OTHER DOCUMENT REQUIRED TO BE SUBMITTED IN ORIGINAL

AS PER TENDER REQUIREMENT

Scanned copy(s) of the same should also be uploaded along with the Un-priced

Techno-Commercial Bid documents.

The above documents including the Original Bid Security (in case of bidders

submitting Bid Security in the form of Bank Guarantee) must be received at OIL’s

CGM-Contract’s office at Duliajan on or before 12.45 PM (IST) on the technical bid

closing date failing which the bid shall be rejected.

Bidders are requested to examine all instructions, forms, terms and

specifications in the bid. Failure to furnish all information required as per the bid or

submission of offers not substantially responsive to the bid in every respect will be at

the bidders risk and may result in the rejection of its offer without seeking any

clarifications. Offers sent without the requisite value of prescribed bid security (if

called for in the bid) in original will be ignored straightway.

13.0 The Integrity Pact is applicable against this tender. OIL shall be entering into an

Integrity Pact with the bidders as per format enclosed vide “Part-VI/Integrity Pact” of

the tender document. This Integrity Pact proforma has been duly signed digitally by

OIL’s competent signatory. The proforma has to be returned by the bidder (along with

the Un-priced Techno-Commercial Bid) duly signed (digitally) by the same signatory

who signed the bid, i.e., who is duly authorized to sign the bid. Uploading the Integrity

Pact with digital signature will be construed that all pages of the Integrity Pact has

been signed by the bidder’s authorized signatory who sign the Bid.

Note: OIL has appointed Shri Rajiv Mathur, IPS (Retd.), Shri Satyananda Mishra, IAS

(Retd.) and Shri Jagmohan Garg, Ex-Vigilance Commissioner as Independent Monitors

(IEM) for a period of 03 (three) years to oversee implementation of Integrity Pact in OIL.

Bidders may contact the Independent External Monitors for any matter relating to the

IFB at the following addresses:

a. Shri Rajiv Mathur, IPS (Retd.), Former Director, IB, Govt. of India;

E-mail: [email protected]

b. Shri Satyananda Mishra, IAS (Retd.),Former Chief Information

Commissioner of India & Ex-Secretary, DOPT, Govt. of India

E-mail: [email protected]

c. Shri Jagmohan Garg, Ex-Vigilance Commissioner, CVC

E-Mail id: [email protected]

14.0 The selected bidder will be required to enter into a formal contract, which will

be based on their bid and OIL's Standard Form of Contract.

15.0 The successful bidder shall furnish a Performance Security Deposit in the form

of Bank Guarantee as specified above before signing the formal contract. The

Performance Security Deposit will be refunded to the Contractor after satisfactory

Page 9: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 9 of 9

completion of the work, but a part or whole of which shall be used by the Company in

realization of liquidated damages or claims, if any or for adjustment of compensation

or loss due to the Company for any reason. This Security Money shall not earn any

interest.

16.0 Time will be regarded as the essence of the Contract and the failure on the part

of the Contractor to complete the work within the stipulated time shall entitle the

Company to recover liquidate damages and/or penalty from the Contractor as per

terms of the tender/contract.

17.0 The contractor will be required to allow OIL officials to inspect the work site and

documents in respect of the workers’ payment.

18.0 BACKING OUT BY BIDDER: In case any bidder withdraws their bid within the

bid validity period, Bid Security will be forfeited and the party will be put on Holiday

as per the Banning Policy (available in OIL’s website) of Company.

19.0 BACKING OUT BY L-1 BIDDER AFTER ISSUE OF LOA: In case LOA issued is

not accepted by the L1 bidder or the Performance Security is not submitted as per the

terms of the contract within the time specified in the Bid Document, the Bid Security

shall be forfeited and the bidder shall be dealt as per the Banning Policy (available in

OIL’s website) of Company.

20.0 FURNISHING FRAUDULENT INFORMATION/DOCUMENT: The information

and documents furnished by the bidder/contractor in respect of the subject

tender/contract are accepted to be true and genuine. However, if it is detected during

technical scrutiny or after award of the contract or after expiry of the contract, that

the bidder had submitted any fake/fraudulent document or furnished false statement,

the offer/contract shall be rejected/cancelled, as the case may be and the bidder (if

fake document/false statement pertains to such bidder) shall be dealt as per the

Banning Policy (available in OIL’s website) of Company.

21.0 ERRING/DEFAULTING AGENCIES: Erring and defaulting agencies like bidder,

contractor, supplier, vendor, service provider will be dealt as per OIL’s Banning Policy

dated 6th January, 2017 available in OIL’s website: www.oil-india.com.

22.0 SCREEN SHOTS

Go to this Tab “Technical

Attachment” for Uploading

“Technical Bid”.

Go to this Tab “Notes

and Attachments” for

Uploading “Priced Bid”

files.

Page 10: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 FORWARDING LETTER

Page 10 of 10

On “EDIT” Mode, bidders are advised to upload “Technical Bid” and “Priced Bid” in

the respective places as indicated above:

Note:

* The “Technical Bid” shall contain all techno-commercial details except the

prices.

** The “Priced bid” must contain the price schedule and the bidder’s commercial

terms and conditions, if any. For uploading Priced Bid, first click on Add

Attachment, a browser window will open, select the file from the PC and name the

file under Description, Assigned to General Data and click on OK to digitally sign

and upload the File. Please click on Save Button of the Response to Save the

uploaded files.

23.0 OIL now looks forward to your active participation in the IFB.

Thanking you,

Yours faithfully,

OIL INDIA LIMITED

(UPASANA MALAKAR)

SENIOR CONTRACTS OFFICER (OPERATIONS)

For, CGM (CONTRACTS)

For, RESIDENT CHIEF EXECUTIVE

Date: 23.02.2018

Page 11: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 1 of 11

OIL INDIA LIMITED

(A GOVT. OF INDIA ENTERPRISE)

CONTRACTS DEPARTMENT, DULIAJAN

DISTRICT: DIBRUGARH (ASSAM), PIN-786602

IFB NO. CDO7190P18

INSTRUCTION TO BIDDERS

1.0 Bidder shall bear all costs associated with the preparation and submission of bid.

Oil India Limited, hereinafter referred to as 'Company', will in no case be responsible or

liable for those costs, regardless of the conduct or outcome of the bidding process.

2.0 BIDDING DOCUMENTS

2.1 The services required, bidding procedures and contract terms are prescribed in

the Bidding Documents. This Bidding Document includes the following:

a) A forwarding letter highlighting the following points:

(i) Company’s IFB No.

(ii) Description of Service

(iii) Bid closing date and time

(iv) Bid opening date, time and place

(v) Bid submission place

(vi) The amount of Bid Security

(vii) The amount of Performance Guarantee

b) Instructions to Bidders

c) BEC/BRC

d) General Conditions of Contract (GCC): Part-I

e) Schedule of Work, Unit, Quantities (SOQ): Part-II

f) Special Conditions of Contract (SCC): Part-III

g) Schedule of Company's Plants, Materials and Equipments (SCPME): Part-

IV-Not applicable for this Tender.

h) Safety Measures (SM): Part-V.

i) Integrity Pact: Part-VI.

j) Price Bidding Format & PP-LC Format (Attached under “Notes and

Attachments” tab in the main bidding engine of OIL’s e-Tender portal).

k) Proformas & Annexures.

2.2 The bidder is expected to examine all instructions, forms, terms and specifications

in the Bid document. Failure to furnish all information required in the Bidding

Documents or submission of a bid not substantially responsive to the Bidding

Documents in every respect will be at the Bidder's risk & responsibility and may result

in the rejection of its bid without seeking any clarifications.

3.0 TRANSFERABILITY OF BID DOCUMENTS

3.1 Bid Documents are non-transferable. Bid can be submitted only in the name of the

bidder in whose name the Bid Document has been issued.

3.2 Unsolicited offers will not be considered and will be rejected straightway.

4.0 AMENDMENT OF BIDDING DOCUMENTS

Page 12: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 2 of 11

4.1 At any time prior to the deadline for submission of bids, the company may, for

any reason, whether at its own initiative or in response to a clarification requested by a

prospective Bidder, modify the Bidding Documents by issuance of an Addendum.

4.2 The Addendum will be uploaded in OIL’s E-Tender Portal in the Tab “Technical

RFx” and External Area → “Amendments” folder. The company may, at its discretion,

extend the deadline for bid submission. Bidders are expected to take the Addendum into

account in preparation and submission of their bid. Bidders are to check from time to

time the E-Tender portal [“Technical RFx” Tab and under the folder

“Amendments”] for any amendments to the bid documents before submission of

their bids. No separate intimation shall be sent to the Bidders..

5.0 PREPARATION OF BIDS

5.1 LANGUAGE OF BIDS: The bid as well as all correspondence and documents

relating to the bid exchanged between the Bidder and the Company shall be in English

language, except that any printed literature may be in another language provided it is

accompanied by an English translated version, which shall govern for the purpose of bid

interpretation.

5.2 DOCUMENTS COMPRISING THE BID

(A) UN-PRICED TECHNO-COMMERCIAL BID:

(i) Bid Documents duly filled up as indicated.

(ii) Complete technical details/specifications of the equipment with catalogue,

etc. as per tender requirement.

(iii) Documentary evidence established in accordance with BEC/BRC part.

(iv) Statement of Non-Compliance (if any).

(v) Bid Security (scanned copy). Hard copy of original Bid Security (Only in case

of bidder(s) submitting bid security in the form of Bank Guarantee) should

be sent separately to reach on or before 12:45 PM on the bid closing date

failing which the bid shall be rejected.

(vi) Any other document as per tender requirement (scanned copy). Hard copy(s)

of the same, if called for in the tender, should be sent separately to reach on

or before 12:45 PM on the bid closing date failing which the bid shall be

rejected.

(vii) Integrity Pact.

Note: Please note that no price details should be uploaded in UN-PRICED

TECHNO-COMMERCIAL BID under "Technical Attachment" Tab.

(B) PRICED BID:

The Priced Bid shall contain the rates/prices along with the currency and any

other commercial information pertaining to the rates/prices. Bidder shall quote their

rates/prices in the “PRICE BIDDING FORMAT” attached under “Notes and

Attachments” tab in the main bidding engine of OIL’s e-Tender portal. The price quoted

in the “PRICE BIDDING FORMAT” will only be considered for evaluation.

6.0 PERIOD OF VALIDITY OF BIDS

6.1 The Bid must be valid for 120 (One Hundred & Twenty) days from the date of

opening of the tender.

Page 13: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 3 of 11

6.2 In exceptional circumstances, OIL may solicit the Bidder's consent to an extension

of the period of validity. The request and the response thereto shall be made in writing

(or by Fax). A Bidder may refuse the request without forfeiting its Bid Security. A Bidder

granting the request will neither be required nor permitted to modify their bid.

7.0 FORMAT AND SIGNING OF BID

7.1 The original and all copies of the bid shall be typed or written in indelible inks and

shall be signed digitally by the Bidder to bind the Bidder to the contract.

8.0 SUBMISSION OF BIDS

8.1 Bids are to be submitted online through OIL’s E-Procurement portal with digital

signature. The bid and all attached documents should be digitally signed by the bidder

using “Class 3 digital certificate with Organizations Name and Encryption

Certificate” as per Indian IT Act, 2000 obtained from the licensed Certifying Authorities

operating under the Root Certifying Authority of India (RCAI), Controller of Certifying

Authorities (CCA) of India while uploading the bid.

Digital Signature Certificates having “Organization Name” field other than

Bidder’s Name are not acceptable. However, aforesaid Digital Signature Certificates

having Bidder’s Name in the “Organization Name” field are acceptable.

The bid including all uploaded documents shall be digitally signed by duly

authorized representative of the bidder to bind the Bidder to the contract. The

authenticity of above digital signature shall be verified through authorized CA after bid

opening and in case the digital signature used for signing is not of “Class 3 with

Organizations Name and Encryption Certificate”, the bid will be rejected.

Bidder is responsible for ensuring the validity of digital signature and it’s proper

usage by their employees.

8.2 Any person signing the Bid or any other document in respect of this Bid Document or

other relevant documents on behalf of the Bidder without disclosing his authority to do so

shall be deemed to have the authority to bind the Bidder. If it is discovered at any time that

the person so signing has no authority to do so, the Company (OIL) may, without prejudice

to any other right or remedy, cancel his Bid or Contract and hold the Bidder liable to the

Company (OIL) for all costs and damages arising from the cancellation of the Bid or

Contract including any loss which the Company (OIL) may sustain on account thereof.

8.3 Timely submission of the bids is the responsibility of the Bidder and Bids should

be submitted before the bid closing date and time. Company shall not be responsible for

any delay.

8.4 Physical Bid/E-mail/Fax/Telex/Telegraphic/Telephonic offers will not be

accepted.

8.5 Bidder shall submit the Bid, duly completed in terms of the Bid Document.

8.6 Before submission of Bids, Bidders are requested to make themselves fully

conversant with all Conditions of the Bid Document and other relevant information

related to the works to be executed under this contract.

9.0 DEADLINE FOR SUBMISSION OF BIDS

Page 14: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 4 of 11

9.1 Bids should be submitted on-line up to 11.00 AM (IST) (Server Time) on the Bid

Closing date mentioned in the Forwarding Letter. Bidders will be permitted by System to

make any changes in their bid after the bid has been uploaded by the bidder prior to the

bid closing date and time as mentioned in the bid except in condition mentioned in

clause 12.1 below. But no changes would be allowed by the system once the due date

and time for submission of bids has been reached and bids are opened.

9.2 No bid can be submitted after the submission deadline is reached. The system

time displayed on the E-Procurement web page shall decide the submission deadline.

9.3 The documents in physical form must be received by Company at the address

specified in the “Forwarding Letter” on or before 12:45 PM on the bid closing date.

Timely delivery of the same at the address mentioned in the Forwarding Letter is the

responsibility of the Bidders.

10.0 LATE BIDS

10.1 Bidders are advised in their own interest to ensure that their bids are uploaded in

system before the closing date and time of the bid. Any Bid received by the Company

after the Bid Closing Date & Time stipulated by the Company shall be rejected.

11.0 MODIFICATION AND WITHDRAWAL OF BIDS

11.1 Bidders will be permitted by System to withdraw their bid or make any changes in

their bid after the bid has been uploaded by the bidder prior to the Bid Closing date and

time as mentioned in the forwarding letter. But no changes or withdrawal would be

allowed by the system once the due date and time for submission of bids has been

reached and bids are opened.

11.2 No bid can be modified/withdrawn subsequent to the deadline for submission of

bids.

11.3 No bid may be withdrawn in the interval between the deadline for submission of

bids and the expiry of the period of bid validity. Withdrawal of any bid within validity

period will lead to forfeiture of his/her/their Bid Security Deposit in full and debarred

from participation in future tenders, at the sole discretion of the company.

12.0 EXTENSION OF BID SUBMISSION DATE

12.1 Normally no request for extension of Bid Closing Date & Time will be entertained.

However, OIL at its discretion, may extend the Bid Closing Date and/or Time due to any

reasons.

13.0 BID OPENING AND EVALUATION

13.1.1 The Technical bid will be opened on scheduled Bid opening date & time in the

presence of any attending Bidder(s) or their Authorized Representative, if any. However,

an authorized letter (format given in Proforma Section) from the Bidder must be

produced by Bidder's representative at the time of opening of Tender, without which

such representative won't be allowed to attend the opening of Tenders. Only one

representative against each Bid will be allowed to attend the bid opening. Attending

Bidder(s) & Authorized Representative(s) will have to sign a register evidencing their

presence.

Page 15: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 5 of 11

13.1.2 In case of two bid system, after the evaluation of the Technical Bids, the Price

Bids of the technically qualified Bidders will be opened. The opening Date and Time will

be intimated to the technically qualified Bidders in due course. Price bids will be opened

in the same procedure as mentioned in Para 13.1.1 above.

13.2 In case it happens to be a bundh/holiday, the tender will be opened on the next

working day (except Saturday). Accordingly, Bid Closing Date/time will get extended up

to the next working day and time (except Saturday).

13.3 Bids which have been withdrawn pursuant to Clause 11.0 will not be allowed to

be opened by the system. OIL shall examine bids to determine whether they are

complete, whether requisite Bid Securities have been furnished, whether documents

have been properly signed and whether the bids are generally in order.

13.4 OIL shall prepare, for its own records, minutes of bid opening including the

information disclosed to those present in accordance with the sub-clause 13.3.

13.5 To assist in the examination, evaluation and comparison of bids, normally no

clarifications shall be sought from the Bidders. However, for assisting in the evaluation

of the bids especially on the issues where the Bidder confirms compliance in the

evaluation and contradiction exists on the same issues due to lack of required

supporting documents in the Bid (i.e. document is deficient or missing), or due to some

statement at other place of the Bid (i.e. reconfirmation of confirmation) or vice versa,

clarifications may be sought by OIL at its discretion. The request for clarification and the

response shall be in writing and no change in the price or substance of the bid shall be

sought, offered or permitted.

13.6 Prior to the detailed evaluation, OIL will determine the substantial

responsiveness of each bid to the requirement of the Bidding Documents. For purpose of

these paragraphs, a substantially responsive bid is one, which conforms to all the terms

and conditions of the Bidding Document without material deviations or reservation. A

material deviation or reservation is one which affects in any way substantial way the

scope, quality, or performance of work, or which limits in any substantial way, in-

consistent way with the bidding documents, the Company’s right or the bidder’s

obligations under the contract, and the rectification of which deviation or reservation

would affect unfairly the competitive position of other bidders presenting substantial

responsive bids. OIL's determination of bid's responsiveness is to be based on the

contents of the Bid itself without recourse to extrinsic evidence.

13.7 A Bid determined as not substantially responsive will be rejected by the

Company and may not subsequently be made responsive by the Bidder by correction of

the non-conformity.

13.8 The Company may waive minor informality or nonconformity or irregularity in a

bid, which does not constitute a material deviation, provided such waiver, does not

prejudice or affect the relative ranking of any Bidder.

14.0 EVALUATION AND COMPARISON OF BIDS

14.1 OIL will evaluate and compare the bids as per Bid Evaluation Criteria (BEC) of the

bidding documents.

Page 16: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 6 of 11

14.2 To ascertain the inter-se-ranking, the comparison of the responsive bids will be

made on the basis of total amount quoted inclusive of all liabilities and GST for the items

of part-II (i.e. schedule of works, units, quantity, rates) of the tender.

14.3 DISCOUNTS/REBATES: Unconditional discounts/rebates, if any, given in the bid

or along with the bid will be considered for evaluation.

14.4 Post bid or conditional discounts/rebates offered by any bidder shall not be

considered for evaluation of bids. However, if the lowest bidder happens to be the final

acceptable bidder for award of contract, and if they have offered any discounts/rebates,

the contract shall be awarded after taking into account such discounts/rebates.

14.5 Conditional bids are liable to be rejected at the discretion of the Company.

15.0 CONTACTING THE COMPANY

15.1 Except as otherwise provided in Clause 14.0 above, no Bidder shall contact OIL

on any matter relating to its bid, from the time of the bid opening to the time the

Contract is awarded except as required by OIL vide sub-clause 13.5.

15.2 An effort by a Bidder to influence OIL in the bid evaluation, bid comparison or

Contract award decisions may result in the rejection of their bid.

16.0 AWARD CRITERIA

16.1 OIL will award the Contract to the successful Bidder whose bid has been

determined to be substantially responsive and has been determined as the lowest

evaluated bid, provided further that the Bidder is determined to be qualified to perform

the Contract satisfactorily.

17.0 OIL' S RIGHT TO ACCEPT OR REJECT ANY BID

17.1 OIL reserves the right to accept or reject any or all bids and to annul the bidding

process and reject all bids, at any time prior to award of contract, without thereby

incurring any liability to the affected bidder, or bidders or any obligation to inform the

affected bidder of the grounds for OIL’s action.

18.0 NOTIFICATION OF AWARD

18.1 Prior to the expiry of the period of bid validity or extended validity, OIL will notify

the successful Bidder in writing by registered letter or by cable or telex or fax or e-mail

(to be confirmed in writing by registered/couriered letter) that its bid has been accepted.

19.0 SIGNING OF CONTRACT

19.1 The successful bidders(s) shall be notified by the Company of its intention to enter

into an Agreement with him/her/them on the basis of his/her/their acceptance of the

offer. Such notification shall be treated as a "Letter of Award (LOA)".

19.2 Within 02 Weeks from the date of issue of Letter of Award (LOA), the successful

Bidder(s) will be required to pay an interest free Performance Security by way of Bank

Guarantee (in specified format) favoring “OIL INDIA LIMITED” payable at “DULIAJAN”

from any Nationalized Bank. Upon furnishing of the Performance Security, the

Page 17: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 7 of 11

successful Bidder(s) will be required to enter into a formal Service Agreement based on

the instant tender on the OIL Standard forms of agreement.

19.3 This Performance Security must be valid for 03 (three) months after the date of

expiry of the tenure of the contract. In the event of contract being extended within the

provisions of the contract agreement, the contractor will have to extend suitably the

validity of the "Security Deposit" for the extended period.

19.4 The "Performance Security" will be refunded to the contractor after 03 (three)

months of satisfactory completion of works/defect liability period (if any) under the

contract (including extension, if any), but part or whole of which shall be used by the

Company in realization of liquidated damages or claims, if any or for adjustment of

compensation or loss due to the Company for any reason.

19.5 Failure of the successful bidders to comply with the conditions as specified in

Para 19.2 above would render him liable for rejection and in turn forfeiture of Bid

Security apart from any other actions the Company may take against him at its sole

discretion. The bidder shall be dealt as per the Banning Policy (available in OIL’s

website) of Company.

20.0 FURNISHING FRAUDULENT INFORMATION/DOCUMENTS

The information and documents furnish by the bidder/contractor in respect of the

subject tender/contract are accepted to be true and genuine. However, if it is detected

during technical scrutiny or after award of the contract or after expiry of the contract,

that the bidder had submitted any fake/fraudulent document or furnished false

statement, the offer/contract shall be rejected/cancelled, as the case may be and the

bidder (if fake document/false statement pertains to such bidder) shall be dealt as per

the Banning Policy (available in OIL’s website) of Company.

21.0 PROVISION FOR ACTION IN CASE OF ERRING/DEFAULTING AGENCIES

Action against erring and defaulting agencies like bidder, contractor, supplier, vendor,

service provider will be as per OIL’s Banning Policy available in OIL’s website www.oil-

india.com.

22.0 Purchase preference policy (linked with Local Content) (PP-LC) notified vide

letter no.O-27011/44/2015-ONG/II/FP dated 25.04.2017 of MoPNG. (Available in

http://oil-india.com/PDF/Circular%20dt%2027062017-PPLC.pdf or

http://petroleum.nic.in/policy-provide-purchase-preference-linked-local-content-

pp-lc-all-psus )

22.1 In case a bidder is eligible to seek benefits under PP-LC policy as well as Public

Procurement Policy for MSEs - Order 2012, then the bidders should categorically seek

benefits against only one of the two policies i.e. either PP-LC or MSE policy. If a bidder

seeks free of cost tender document under the MSE policy, then it shall be considered

that the bidder has sought benefit against the MSE policy and this option once exercised

cannot be modified subsequently.

22.2 Bidders seeking Purchase preference (linked with local content) (PP-LC) shall be

required to meet/exceed the target of Local Content (LC) of 35%.

Page 18: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 8 of 11

22.2.1 Such bidders shall furnish following undertaking on its letter head along with

their techno-commercial bid. The undertaking shall become a part of the contract

“We ___________ (Name of the bidder) undertake that we meet the mandatory

minimum Local Content (LC) requirement i.e. 35% (to be filled as notified at

Enclosure I of the policy) for claiming purchase preference linked with Local

Contents under the Govt. policy against under tender no. CDO7190P17.”

22.2.2 Above undertaking shall be supported by the following certificate from Statutory

Auditor engaged by the bidder, on the letter head of such Statutory Auditor.

“We _________ the statutory auditor of M/s ________ (name of the bidder) hereby

certify that M/s__________ (name of the bidder) meet the mandatory Local

Content requirements of the Services i.e. 35% (to be filled by the work center as

notified at Enclosure I of the policy) quoted vide offer No.______ dated ______

against OIL tender No. CDO7190P17. by M/s ________ (Name of the bidder).”

Note: In case of bidder(s) for whom Statutory Auditor is not required as per law

required certificates shall be provided by a practicing Chartered Accountant.

22.2.3 At the bidding stage the bidder shall provide Break-up of “Local Component” and

“Imported Component” in the prescribed format enclosed as Proforma-BB (PP-LC) of the

policy and shall be uploaded by the bidders along with their price bid in the E-

Procurement portal under “Notes and Attachments” tab.

22.3 Eligible (techno-commercially qualified) LC bidder shall be granted a purchase

preference to 10% i.e. where the evaluated price is with 10% of the evaluated lowest

price of Non Local Content (NLC) bidder, other things being equal. Accordingly,

purchase preference shall be granted to the eligible (techno-commercially qualified) LC

bidder concerned, at the lowest valid i.e. NLC price bid.

22.3.1 Only those LC bidders whose bids are within 10% of the NLC L1 bid would be

allowed an opportunity to match L1 bid. All the eligible LC bidders shall be asked to

submit their confirmation to match their price in sealed envelopes. Envelopes of the

bidders shall be opened and award for the prescribed quantity shall be made to the

lowest evaluated TA/CA bidder among the eligible LC bidders. In case the lowest eligible

LC bidder fails to match L1 price, the next eligible LC bidder will be awarded the

prescribed quantity and so on. In case none of the eligible LC bidders matches the L1

bid, the actual bidder holding L1 price will secure the order.

22.4 Order for supply of 50% of the tendered quantity would be awarded to the lowest

techno-commercially qualified LC bidder, subject to matching with valid NLC L1 price.

The remaining will be awarded to L1 (i.e. NLC bidder). Prescribed 50% tendered quantity

for LC bidders shall not be further sub-divided among eligible LC bidders.

22.4.1 However, if L1 bidder happens to be a LC bidder, the entire procurement value

shall be awarded to such bidder.

22.4.2 When the tendered goods/services cannot be divided in the exact ratio of 50%/

50% then OIL reserve the right to award on lowest eligible PP-LC bidder for quantity not

less than 50%, as may be dividable.

Page 19: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 9 of 11

For example

In case tendered quantity is 3 (not divisible in the ratio of 50:50), PP-LC bidder shall get

order for 2 nos. only and the rest will go to L-1 (NLC bidder).

22.5 The tendered quantity is not splitable/non-dividable/cannot be procured from

multiple sources. Hence, the entire procurement value shall be awarded to the lowest

techno-commercially qualified LC bidder subject to matching with valid NLC L1 rates.

22.6 For the purpose of this policy, all terms used vide aforesaid policy shall be

governed by the definitions specified at para 2 of the policy document notified by MoPNG

vide letter No. O-27011/44/2015-ONG/II/FP dated 25.04.2017.

22.7 The successful bidder shall be obliged to fulfill the requirements of quality and

delivery time in accordance with the provisions of the Purchase order/contract.

22.8 OIL shall have the right to satisfy itself of the production capability and product

quality of the manufacturer.

22.9 Determination of LC

22.9.1 LC of Services shall be calculated on the basis of the ratio of service cost of

domestic component in service to the total cost of services.

22.9.2 The total cost of service shall be constituted of the cost spent for rendering of

service, covering:

a) Cost of component (material), which is used.

b) Manpower and consultant cost, cost of working equipment/facility, and

c) General Service cost, excluding profit, company overhead cost, taxes and duties.

22.9.3 The criteria for determination of cost of local content in the service shall be as

under:

a) In the case of material being used to help the provision of service, based on

country of origin.

b) In the case of manpower and consultant based on INR component of the

services contract.

c) In the case of working equipment/facility, based on country of origin and

d) In the case of general service cost, based on the criteria as mentioned in clauses

a, b and c above.

e) Indian flag vessels in operation as on date.

22.9.4 The determination of local content of the working equipment/facility shall be

based on the following provision:

Working equipment produced in the country is valued as 100% (one hundred percent)

local content, working equipment produced abroad is valued as much as nil (0% percent)

local content.

22.10 Calculation of LC and Reporting

Page 20: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 10 of 11

22.10.1 LC shall be calculated on the basis of verifiable data. In the case of data used

in the calculation of LC being not verifiable, the value of LC of the said component shall

be treated as nil.

22.10.2 Formats for the calculation of LC of services may be seen at Enclosure-III of the

policy document.

22.11 Certification and Verification: Bidder seeking Purchase Preference under the

policy, shall be obliged to verify the LC of goods as follows:

22.11.1 At bidding stage:

a) Price Break-up

i. The bidder shall provide break-up of “Local Component” and “Imported Component” along with the price bid as per provisions under clause 22.2.3.

ii. Bidder must have LC in excess of the specified requirement.

b) Undertaking by the bidder

i. The bidder shall submit undertaking along with the techno-commercial bid

as per clause no. 22.2, such undertaking shall become a part of the

contract.

ii. Bidder shall also submit the list of items/services to be procured from

Indian manufacturers/service providers.

c) Statutory Auditor’s Certificate

The Undertaking submitted by the bidder shall be supported by a certificate

from Statutory Auditor as per clause 22.2.2.

22.11.2 After Contract Award

a) In the case of procurement cases with the value less than Rs. 5 crore

(Rupees Five Crore), the LC content may be calculated (self-assessment) by the

contractor and certified by the Director/Authorized Representative of the Company.

b) The verification of the procurement cases with the value Rupees Five Crore

and above shall be carried out by a Statutory Auditor engaged by the bidder.

22.12 Each supplier shall provide the necessary local content documentation to the

statutory auditor, which shall review and determine the local content requirements have

been met and issue of local content certificate to that effect on behalf of OIL, stating the

percentage of local content in the good or service measured. The Auditor shall keep all

necessary information obtained from suppliers for measurement of Local Content

confidential.

22.13 The Local Content certificate shall be submitted along with each invoice raised.

However, the % of local content may vary with invoice while maintaining the overall % of

Local Content for the total work/purchase of the pro-rata Local Content requirement. In

case, it is not satisfied cumulatively in the invoices raised up to that stage, the supplier

shall indicate how the local content requirement would be met in the subsequent stages.

Page 21: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 INSTRUCTION TO BIDDERS

Page 11 of 11

22.14 Where currency quoted by the bidder is other than Indian Rupee then the bidder

claiming benefits under PP-LC shall consider exchange rate prevailing on the date of

notice inviting tender (NIT) for the calculation of Local Content.

22.15 OIL shall have the authority to audit as well as witness production processes to

certify the achievement of the requisite local content.

22.16 Sanctions

22.16.1 OIL shall impose sanction on bidder not fulfilling LC of goods/services in

accordance with the value mentioned in certificate of LC.

22.16.2 If the bidder does not fulfill his obligation after the expiration of the period

specified in such warning, OIL shall initiate action for blacklisting such bidder/

successful bidder.

22.16.3 A bidder who has been awarded the contract after availing Purchase Preference

is found to have violated the LC provision, in the execution of the procurement contract

of goods and/or services shall be subject to financial penalty over and above the PBG

value prescribed in the contract and shall not be more than an amount equal to 10% of

the Contract Price.

22.16.4 In pursuance of the clause No. 22.16.3 above, towards fulfillment of conditions

pertaining to Local Contents in accordance with the value mentioned in the certificate of

LC, the bidder shall have to submit additional Bank Guarantee (format attached at

Annexure-XI) equivalent to the amount of PBG.

Page 22: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 BEC/BRC

Page 1 of 7

BID EVALUATION CRITERIA (BEC)/BID REJECTION CRITERIA (BRC)

1.0 BID EVALUATION CRITERIA (BEC)

The bid shall conform generally to the specifications and terms and conditions

given in the Tender Documents. Bids will be rejected in case material and services offered

do not conform to the required parameters stipulated in the technical specifications. Not-

withstanding the general conformity of the bid to the stipulated specifications, the

following mandatory requirements will have to be particularly met by the Bidders without

which the same will be considered as non-responsive and rejected. All the documents

related to BEC must be submitted along with the Technical Bid.

1.1 FINANCIAL CRITERIA

1.1.1 Annual Financial Turnover of the bidder during any of preceding 03 (Three)

financial/accounting years from the original bid closing date should be at least Rs.

3,57,08,350.00 (Rupees Three Crore Fifty Seven Lakhs Eight Thousand Three

Hundred fifty only).

1.1.2 Net worth of the bidder must be Positive for the preceding financial/accounting

year.

Notes to BEC Clause 1.1 above:

a. For proof of Annual Turnover & Net worth (refer clauses 1.1.1 & 1.1.2 above),

any one of the following documents/photocopies must be submitted along with

the bid:

(i) Audited Balance Sheet along with Profit & Loss account.

OR

(ii) A certificate issued by a practicing Chartered or Cost

Accountant (with Membership Number and Firm Registration

Number), certifying the Annual turnover & Net worth as per

format prescribed in Annexure-X.

b. Considering the time required for preparation of Financial Statements, if the last

date of preceding financial/accounting year falls within the preceding six

months reckoned from the original bid closing date and the Financial

Statements of the preceding financial/accounting year are not available with the

bidder, then the financial turnover of the previous three financial/accounting

years excluding the preceding financial/accounting year will be considered. In

such cases, the Net worth of the previous financial /accounting year excluding

the preceding financial/accounting year will be considered. However, he has to

submit an affidavit/undertaking certifying that 'the balance sheet/Financial

Statements for the financial year have actually not been audited so far'.

c. In case the bidder is a Central Govt. Organization/PSU/State Govt.

Organization/Semi-State Govt. Organization or any other Central/State Govt.

Undertaking, where the auditor is appointed only after the approval of

Comptroller and Auditor General of India and the Central Government, their

Page 23: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 BEC/BRC

Page 2 of 7

certificates may be accepted even though FRN is not available. However, bidder

to provide documentary evidence for the same.

1.2 TECHNICAL CRITERIA

The bidder must have experience of providing complete man-management services for

operation of Drilling or Work-over rigs to OIL/ONGC/E&P companies of minimum amount

of Rs 3,57,08,350.00 (Rupees Three Crore Fifty Seven Lakhs Eight Thousand Three

Hundred fifty only) either through Man-Management service contract or through Charter

Hire Rig contract under single contract during last 07 (Seven) years to be reckoned from

the original bid closing date. Necessary documents to substantiate the same must be

forwarded along with the technical bid.

OR

The bidder must have a minimum of 02 (Two) years continuous experience of providing

minimum 01 (One) no. complete Man-Management services for operation of Drilling or

Work-over rig to OIL/ONGC/E&P companies either through Man-Management service

contract or through Charter Hire Rig contract during last 07 (Seven) years to be reckoned

from the original bid closing date. Necessary documents to substantiate the same must be

forwarded along with the technical bid.

Notes to BEC Clause 1.2 above:

a. The bidder must confirm the following in their bid:

i) To provide experience and qualified personnel. The qualification and

work experiences of key personnel to be deployed by the bidder must be in

accordance with the requirement as per the Clause 2.0 (UNDER SCOPE OF

WORK). The complete Bio-data of the key personnel to this effect must be

submitted for OIL'S approval and clearance at the time of deployment.

ii) To quote for full service as laid down in TERMS OF

REFERENCE/TECHNICAL SPECIFICATIONS/DETAILS OF SERVICES.

b. Documentary evidence in support of experience must be submitted along with

the Un-Priced Techno-Commercial Bid. The documentary evidence must be in

the form of copies (self-attested/attested) of Job Completion certificate/Gross

Payment Certificate along with contract copy/work order/LOA etc. as

applicable showing gross value of job done including nature of job done and

time period covering as per the NIT. Only Letter of Intent (LOI)/Letter of Award

(LOA), or Work Order(s) are not acceptable as evidence.

c. Mere award of contract(s) will not be counted towards experience. Successful

completion of the awarded contract(s) to the extent of volume & value, as

stipulated respectively under Clause Nos. 1.2.1 will only be treated as

acceptable experience.

d. Following work experience will also be taken into consideration:

1. If the prospective bidder has executed contract in which similar work is also

a component of the contract.

Page 24: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 BEC/BRC

Page 3 of 7

2. If the prospective bidder is executing similar work which is still running and

the contract value/quantity executed prior to original bid closing date is

equal to or more than the minimum prescribed value in the BEC.

3. In case the start date of the requisite experience is beyond the prescribed

07 (seven) years reckoned from the original bid closing date but completion

is within the prescribed 07 (seven) years reckoned from the original bid

closing date.

Proof of work experience against Para d. above, to satisfy i. similar work, ii.

Minimum prescribed Value/Qty., iii. Prescribed period of 07 years, to be submitted

as below:

1. In case requisite experience is against OIL's Contract: Bidder must submits

the breakup of similar work and its value/quantity mentioning SES No. and

copies of all relevant SES.

2. In case requisite experience is NOT against OIL's Contract: Bidder must

submit the breakup of similar work and its value/quantity executed within

the prescribed period of 07 (Seven) years reckoned from the original bid

closing date. The breakup must be certified by the end user or a certificate

issued by a practicing Chartered/Cost Accountant Firm (with Membership

Number & Firm Registration Number).

e. SIMILAR work executed by a bidder for its own organization/subsidiary cannot

be considered as experience for the purpose of meeting BEC.

f. Bids submitted for part of the work will be rejected. Bid will be rejected if not

accompanied with adequate documentary proof in support of Annual turnover,

Net worth and Work experience as mentioned in Para 1.1.1, 1.1.2, 1.2.

1.3 Prices shall be opened in respect of only the techno-commercially acceptable

bidders whose bids have been found to be substantially responsive. A substantially

responsive bid is one that meets the terms and conditions of the Tender and/or the

acceptance of which bid will not result in indeterminate liability on OIL.

1.4 Bidders are required to quote for all the items as per Price Bid Format, otherwise

the offer of the bidder will be straightway rejected.

1.5 If there is any discrepancy between the unit price and the total price, the unit price

will prevail and the total price shall be corrected. Similarly, if there is any discrepancy

between words and figure, the amounts in words shall prevail and will be adopted for

evaluation.

1.6 The quantities shown against each item in the "Price Bid Format" shall be

considered for the purpose of Bid Evaluation. It is, however, to be clearly understood that

the assumptions made in respect of the number of days/parameters for various operations

are only for the purpose of evaluation of the bid and the Contractor will be paid on the

basis of the actual number of days/parameter, as the case may be.

1.7 The bidders are advised not to offer any discount/rebate separately and to offer

their prices in the Price Bid Format after considering discount/rebate, if any.

Page 25: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 BEC/BRC

Page 4 of 7

1.8 Conditional and unsolicited discount will not be considered in evaluation. However,

if such bidder happens to be the lowest recommended bidder, unsolicited discount

without any condition will be considered for computing the contract price.

1.9 In case of identical overall lowest offered rate by more than 01 (One) bidder, the

selection will be made by draw of lot between the parties offering the same overall lowest

price.

1.10 Bidders shall have to submit price break-up for their 'Day Rate charge' as per the

provided format (IA) complying minimum statutory wage payment to different class of

workers to be deployed by them under the contract. Bids without "Price break-up" and

with Price break-up with un-realistic price not conforming to the minimum wage act shall

be rejected.

1.11 Price Bids will be evaluated on overall lowest cost basis (L-1 offer) i.e. considering

total quoted price for all items of SOQ inclusive of all liabilities including statutory

liabilities but excluding GST (CGST & SGST/UTGST or IGST) as per Price Bid Format for

04 (Four) years.

Total ESTD. Contract cost for MMC service for WDW well including all taxes & duties

except GST which shall be extra to OIL.

T = TM + TODR1 + TILM1 + TILM + TODR2 + TRM + TC

where,

i) Total Mobilization charges of personnel and Crane, Lumpsum, TM = M.

ii) Total Operating day rate charge for personnel, TODR1 = ODR1 x 1077 Days [Total

days less ILM days in 04 (Four) years (384 days, considering 08 ILM in 01 (One)

year and 12 (Twelve) days for each ILM).

iii) Total Inter-location move charge up to 30 KM, TILM1 = ILM1 x 32 (considering 08

ILM in 01 (One) year i.e., 32 nos. for 04 (Four) years).

iv) Total Kilometerage charge when the ILM is in excess of 30 Km, TILM = ILM x 800

(considering 200 KM in 01 (One) year i.e., 800 KM for 04 (Four) years.

v) Total Operating charge for Crane TODR2 = ODR2 x 1077 Days [Total days less ILM

days in 04 years (384 days, considering 08 ILM in 01 (One) year).

vi Total Re-mobilization charge for personnel and Crane, Lump sum TRM = RM x 04

(Considering 01 (One) Re-mobilization in 01 (One) year).

vi) Total Charges for catering services per person TC = 400 x 4000.

NOTES:

(i) The above items/activities are as defined in 'Scope of Work' and 'Schedule of Rates

and payment' of the tender.

(iii) The quoted charges and total cost of the contract should be exclusive of GST, which

shall be to Company's (OIL) account.

1.12 PURCHASE PREFERENCE CLAUSE: Purchase Preference to MSE’s is NOT

applicable to this Tender.

Page 26: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 BEC/BRC

Page 5 of 7

1.13 PURCHASE PREFERENCE POLICY (LINKED WITH LOCAL CONTENT) (PP-LC)

1.13.1 Purchase preference policy-linked with Local Content (PP - LC) notified vide letter

no. O-27011/44/2015-ONG-II/FP dated 25.04.2017 of MoP&NG shall be applicable

in this tender. (http://petroleum.nic.in/policy-provide-purchase-preference-linked-

local-content-pp-lc-all-psus).

1.13.2 Bidders seeking benefits, under Purchase Preference Policy (linked with Local

Content) (PP-LC) shall have to comply with all the provisions specified all clauses

under clause No. 22 of ITB and shall have to submit all undertakings/documents

applicable for this policy.

1.14 OIL will prefer to deal with registered bidder under GST. Therefore, bidders are

requested to get themselves registered under GST, if not registered yet.

However, in case any unregistered bidder is submitting their bid, their prices will be

loaded with applicable GST while evaluation of bid. Where OIL is entitled for input credit of

GST, the same will be considered for evaluation of bid as per evaluation methodology of

tender document.

1.15 Price Bid uploaded without giving any of the details of the taxes (Including rates

and amounts) will be considered as inclusive of all taxes including GST.

When a bidder mentions taxes as extra without specifying the rates & amount, the offer

will be loaded with maximum value towards taxes received against the tender for

comparison purposes. If the bidder emerges as lowest bidder after such loading, in the

event of order on that bidder, taxes mentioned by OIL on the Purchase Order/Contracts

will be binding on the bidder.

1.16 Input Tax Credit on GST (Goods & Service Tax) for this service is NOT available

to OIL & the bids will be evaluated based on total price including GST.

1.17 Based on the evaluation of techno-commercially qualified bidders, the job will be

awarded to L-1 bidder.

2.0 BID REJECTION CRITERIA (BRC):

2.1 The bids are to be submitted in single stage under 02 (Two) bid system i.e. Un-

priced Techno-Commercial Bid and Price Bid together. Only the Price Bid should contain

the quoted price.

2.2 The price quoted by the successful bidder must be firm during the performance of

the contract and not subject to variation on any account except as mentioned in the bid

document. Any bid submitted with adjustable price quotation other than the above will be

treated as non-responsive and rejected.

2.3 Bid security shall be furnished as a part of the Techno Commercial Un-priced Bid.

The amount of bid security should be as specified in the forwarding letter. Any bid not

accompanied by a proper bid security will be rejected.

2.4 Bid Documents/User Id & Password for OIL's E-Tender portal are not transferable.

Bid made by parties who have not submitted the requisite tender fees will be rejected.

Page 27: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 BEC/BRC

Page 6 of 7

2.5 Any bid received in the form of Physical document/Telex/Cable/Fax/E-mail will not

be accepted.

2.6 Bids shall be typed or written in indelible ink. The bidder or his authorized

representative shall sign the bid digitally, failing which the bid will be rejected.

2.7 Bids shall contain no interlineations, erasures or overwriting except as necessary to

correct errors made by bidder, in which case such corrections shall be initiated by the

persons(s) signing (digitally) the bid. However, white fluid should not be used for making

corrections.

2.8 Any bid containing false statement will be rejected and action will be taken by

Company as per Bid Document.

2.9 Bidders must quote clearly and strictly in accordance with the price schedule

outlined in Price Bidding Format attached under "Notes and Attachments" tab in the main

bidding engine of OIL's e-Tender portal; otherwise the bid will be rejected. All other

techno-commercial documents other than price details to be submitted with Un-priced

Techno-Commercial Bid as per tender requirement under "Technical Attachment” Tab

Page only.

2.10 Bidder must accept and comply with the following provisions as given in the Tender

Document in toto, failing which offer will be rejected:

(i) Firm price

(ii) EMD/Bid Bond

(iii) Period of validity of Bid

(iv) Price Schedule

(v) Performance Bank Guarantee/Security deposit

(vi) Delivery/Completion Schedule

(vii) Scope of work

(viii) Guarantee of material/work

(ix) Liquidated Damages clause

(x) Tax liabilities

(xi) Arbitration/Resolution of Dispute Clause

(xii) Force Majeure

(xiii) Applicable Laws

(xiv) Specifications

(xv) Integrity Pact

2.11 There should not be any indication of price in the Un-priced Techno-Commercial

Bid. A bid will be straightway rejected if this is given in the Un-priced Techno-Commercial

Bid.

2.12 Bid received with validity of offer less than 120 (One Hundred Twenty) days from

the original date of Bid opening will be rejected.

2.13 The Integrity Pact is applicable against this tender. OIL shall be entering into an

Integrity Pact with the bidders as per format enclosed vide “Part-VI/Integrity Pact” of the

tender document. This Integrity Pact Proforma has been duly signed digitally by OIL's

Page 28: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 BEC/BRC

Page 7 of 7

competent signatory. The Proforma has to be returned by the bidder (along with the Un-

priced Techno-Commercial Bid) duly signed (digitally) by the same signatory who signed

the bid, i.e., who is duly authorized to sign the bid. Uploading the Integrity Pact with

digital signature will be construed that all pages of the Integrity Pact has been signed by

the bidder's authorized signatory who sign the Bid.

3.0 GENERAL

3.1 In case bidder takes exception to any clause of bidding document not covered under

BEC/BRC, then the Company has the discretion to load or reject the offer on account of

such exception if the bidder does not withdraw/modify the deviation when/as advised by

company. The loading so done by the company will be final and binding on the bidders. No

deviation will however be accepted in the clauses covered under BEC-BRC.

3.2 To ascertain the substantial responsiveness of the bid the Company reserves the

right to ask the bidder for clarification in respect of clauses covered under BEC/BRC also

and such clarifications fulfilling the BEC/BRC clauses in toto must be received or before

the deadline given by the company, failing which the offer will be will be evaluated based

on the submission. However, mere submission of such clarification shall not make the

offer responsive, unless company is satisfied with the substantial responsiveness of the

offer.

3.3 If any of the clauses in the BRC contradict with other clauses of bidding document

elsewhere, the clauses in the BRC shall prevail.

3.4 Bidders should note that the documents/information submitted by the bidder(s)

against the tender are presumed to be genuine, authentic and true copy of the originals.

However, in case at any stage of tendering process or during execution of the contract or

after expiry of contract, if it is detected that bidder has submitted forged or fabricated

documents or furnish false information towards fulfillment of any of the tender/contract

conditions, Company shall immediately reject the bid of such bidder(s) or

cancel/terminate the contract, as the case may be and forfeit EMD/SD submitted by the

bidder. Besides, the bidder shall be dealt as per the Banning Policy (available in OIL’s

website) of Company.

3.5 OIL will not be responsible for delay, loss or non-receipt of applications for

participating in the bid sent by mail and will not entertain any correspondence in this

regard.

3.6 Bidder(s) must note that requisite information(s)/financial values etc. as required in

the BEC/BRC & Tender are clearly understandable from the supporting documents

submitted by the Bidder(s); otherwise Bids shall be rejected.

3.7 The originals of documents [furnished by bidder(s)] shall have to be produced by

bidder(s) to OIL as and when asked for.

*************

Page 29: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 1 of 18

OIL INDIA LIMITED

(A GOVT. OF INDIA ENTERPRISE)

CONTRACTS DEPARTMENT, DULIAJAN

DISTRICT: DIBRUGARH (ASSAM), PIN-786602

TEL: (91) 374-2800548, FAX: (91) 374-2803549

Website: www.oil-india.com

DESCRIPTION OF WORK/SERVICES:

Hiring of MMC service for Drilling Water Disposal Wells (WDW) for a period of 04

(Four) years.

GENERAL CONDITIONS OF CONTRACT (GCC)

MEMORANDUM OF AGREEMENT made this __________ day of __________________________

Between OIL INDIA LIMITED a Company incorporated under the Companies Act 1956 and

having its Registered Office at Duliajan in the District of Dibrugarh, Assam (hereinafter

called Company) of the one part and Shri/Smti __________________________ and Shri/Smti

__________________________ carrying on business as partners/proprietor under the firm

name and style of M/s. ____________________ with the main Office at

______________________ in the District of _______________________ aforesaid (hereinafter

called 'Contractor') on the other part.

A. DEFINITIONS:

In the contract, the following terms shall be interpreted as indicated:

(a) "The Contract" means agreement entered into between Company and Contractor,

as recorded in the contract Form signed by the parties, including all attachments

and appendices thereto and all documents incorporated by reference therein;

(b) "The Contract Price" means the price payable to Contractor under the contract

for the full and proper performance of its contractual obligations;

(c) "The Work" means each and every activity required for the successful

performance of the services described in Section II, the Terms of Reference.

(d) "Company" or "OIL" means Oil India Limited;

(e) "Contractor" means the Contractor performing the work under this Contract.

(f) "Contractor's Personnel" means the personnel to be provided by the Contractor

to provide services as per the contract.

(g) "Company's Personnel" means the personnel to be provided by OIL or OIL's

Contractor (other than the Contractor executing the Contract). The Company

representatives of OIL are also included in the Company's personnel.

(h) “Gross Negligence” means any act or failure to act (whether sole, joint or

concurrent) by a person or entity which was intended to cause, or which was in

reckless disregard of or wanton indifference to, avoidable and harmful

consequences such person or entity knew, or should have known, would result

from such act or failure to act. Notwithstanding the foregoing, Gross negligence

shall not include any action taken in good faith for the safeguard of life or

property.

(i) “Wilful Misconduct” means intentional disregard of good and prudent standards

of performance or proper conduct under the Contract with knowledge that it is

Page 30: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 2 of 18

likely to result in any injury to any person or persons or loss or damage of

property.

WITNESSETH:

1.0 a) The contractor hereby agrees to carry out the work set down in the Schedule of

work which forms part-II of this Contract in accordance with the 1968 General Conditions

of Contract of Oil India Limited and General Specifications read in conjunction with any

drawings and Particular Specifications & instructions which forms Part-III of the contract

utilizing any materials/services as offered by the Company as per Part-IV of the contract in

Assam and Arunachal Pradesh.

b) In this Contract all words and expressions shall have the same meaning as are

respectively assigned to them in the 1968 General Conditions of Contract of Oil India

Limited which the Contractor has perused and is fully conversant with before entering into

this Contract.

c) The clauses of this contract and of the specifications set out hereunder shall be

paramount and in the event of anything herein contained being inconsistent with any term

or terms of the 1968 General Conditions of Contract of Oil India Limited, the said term or

terms of the 1968 General conditions of Contract to the extent of such inconsistency, and

no further, shall not be binding on the parties hereto.

2.0 The contractor shall provide all labour, supervision and transport and such

specified materials described in part-II of the Contract including tools and plants as

necessary for the work and shall be responsible for all royalties and other levies and his

rates shall include for these. The work executed and materials supplied shall be to the

satisfaction of the Company's Engineer and Contractor's rates shall include for all

incidental and contingent work which although not specifically mentioned in this contract

are necessary for its completion in a sound and workman like manner.

3.0 The Company's Engineer shall have power to:

a) Reduce the rates at which payments shall be made if the quality of work although

acceptable is not up to the required standard set forth in the OIL Standard Specifications

which have been perused and fully understood by the Contractor.

b) Order the Contractor to remove any inferior material from the site and to

demolish or rectify any work of inferior workmanship, failing which the Company's

Engineer may arrange for any such work to be demolished or rectified by any other means

at the Contractor's expenses.

c) Order the Contractor to remove or replace any workman who he (The Engineer)

considers incompetent or unsuitable; the Engineer's opinion as to the competence and

suitability of any workman engaged by the Contractor shall be final and binding on the

Contractor.

d) Issue to the Contractor from time to time during the progress of the work such

further drawings and instructions as shall be necessary for the purpose of proper and

adequate execution and maintenance of the works and the Contractor shall carry out and

be bound by the same.

e) Order deviations in Part II and III of this Contract. All such deviation orders shall

be in writing and shall show the financial effect, if any, of such deviation and whether any

extra time is to be allowed.

Page 31: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 3 of 18

4.0 The Contractor shall have no claim against the company in respect of any work

which may be withdrawn but only for work actually completed under this contract. The

contractor shall have no objection to carry out work in excess of the quantities stipulated

in Part-II if so ordered by the company at the same rates, terms and conditions.

5.0 The Company reserves the right to cancel this Contract at any time upon full

payment of work done and the value of the materials collected by the contractor for

permanent incorporation in the work under this contract particularly for execution of this

contract up to the date of cancellation of the Contract. The valuation of the work done and

the materials collected shall be estimated by the company's Engineer in presence of the

contractor. The Contractor shall have no claim to any further payment whatsoever. The

valuation would be carried out exparte if Contractor fails to turn up despite reasonable

notice which will be binding on the Contractor.

6.0 The Contractor hereby undertakes to indemnify the Company against all claims

which may arise under the under noted Acts:

i) The Mines Act.

ii) The Minimum Wages Act, 1948.

iii) The Workman's Compensation Act, 1923.

iv) The Payment of wages Act, 1936.

v) The Payment of Bonus Act, 1965.

vi) The Contract Labour (Regulation & Abolition) Act, 1970 and the rules framed

there under.

vii) Employees Pension Scheme, 1995.

viii) Inter-State Migrant (Regulation of Employment and Condition of Service) Act.

1979.

ix) The Employees Provident Fund and Miscellaneous Provisions Act, 1952.

x) GST Act.

or any other Acts or Statute not here in above specifically mentioned having bearing over

engagement of workers directly or indirectly for execution of work. The Contractor shall not

make the Company liable to reimburse the Contractor for the statutory increase in the

wage rates of the Contract Labour appointed by the Contractor. Such Statutory increase in

the wage rates of Contract Labour shall be borne by the contractor.

7.0 The Contractor shall clear away all rubbish and surplus material from the site on

completion of work and shall leave the site clean and tidy.

8.0 The duration of the contract shall be initially for a period of 04 (Four) Years from

the commencement date mentioned in the work order/LOA. The Contractor must complete

the work as mentioned in PART – III (SPECIAL CONDITIONS OF CONTRACT: SCC) within

the contract period. In the event of there being undue delay in execution of the Contract,

the Company reserves the right to cancel the Contract and/or levy such additional

damages as it deems fit based on the actual loss suffered by the company attributable to

such delay. The company's decision in this regard shall be final.

9.0 In order to promote, safeguard and facilitate the general operational economic in the

interest of the Company during the continuance of this contract the Contractor hereby

agrees and undertakes not to take any direct or indirect interest and or support, assist,

maintain or help any person or persons engaged in antisocial activities, demonstration,

riots, or in any agitation prejudicial to the Company's interest and any such even taking

shape or form at any place of the Company's works or and its neighborhood.

Page 32: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 4 of 18

10.0 The tender price inclusive of all liabilities and GST is Rs.________________ (Not to be

filled up by bidder while submitting the offer in “Technical Attachment”. This

figure will be filled up by OIL at the time of award of the contract to the successful

bidder.) (___________________________________________________ only) but the Company

shall pay the Contract or only for actual work done at the all-inclusive rates set down in

the Schedule of work part II of this Contract.

On account payment may be made, not often than monthly, up to the amount of 100% of

the value of work done. Final payment will be made only after satisfactory completion of

the work. Such final payment shall be based on the work actually done allowing for

deviations and any deductions and the measurement shall be checked and certified correct

by the Company's Engineer before any such final payment is made.

11.0 The contractor employing 20 (twenty) or more workmen on any day preceding 12

months shall be required to obtain requisite licence at his cost from the appropriate

Licensing Officer before undertaking any Contract work. The Contractor shall also observe

the rules & regulations framed under the Contract Labour (Regulation & Abolition) Act.

12.0 The Contractor will not be allowed to construct any structure (for storage/housing

purpose) with thatch, bamboo or any other inflammable materials within any company's

fenced area.

13.0 The Contractor shall ensure that all men engaged by him/her are provided with

appropriate protective clothing and safety wear in accordance with regulation 89(a) and

89(b) in the Oil mines Regulations 1984. The Company’s representative shall not

allow/accept those men who are not provided with the same.

14.0 The Contractor shall deploy local persons in all works.

15.0 The Contractor shall not engage minor labour below 18(eighteen) years of age under

any circumstances.

16.0 The Contractor and his/her workmen shall strictly observe the rules and

regulations as per Mines Act. (latest editions).

17.0 GENERAL OBLIGATIONS OF COMPANY:

COMPANY shall, in accordance with and subject to the terms and conditions of this

contract:

i) Pay the Contractors in accordance with terms and conditions of the contract.

ii) Allow access to Contractors and their personnel, subject to normal security and

safety procedures, to all areas as required for orderly performance of the work.

18.0 SPECIAL CONDITIONS:

a) The contractor will be required to allow OIL Officials to inspect the work site and

documents in respect of the workers' payment.

b) Contractor(s) whosoever is liable to be covered under the P.F. Act and contract

cost is inclusive of P.F., must ensure strict compliance of provisions of Provident

Fund and Miscellaneous Provisions Act, 1952 in addition to the various Acts

mentioned elsewhere in this contract. Any contractor found violating these

Page 33: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 5 of 18

provisions will render themselves disqualified from any future tendering. As per

terms of the contract, if applicable, the Contractor must deposit Provident Fund

Contribution (covering Employee's & Employer's share) with the competent

authority monthly under their direct code. The Contractor shall be required to

submit documentary evidence of deposit of P.F. Contribution to the Company. In

case of failure to provide such documentary evidence, the Company reserves the

right to withhold the amount equivalent to applicable P.F. Contribution.

19.0 ARBITRATION:

19.1 ARBITRATION (APPLICABLE FOR SUPPLIERS/CONTRACTORS OTHER THAN

PSU)

Except as otherwise provided elsewhere in the contract, if any dispute, difference,

question or disagreement arises between the parties hereto or their respective

representatives or assignees, in connection with construction, meaning, operation, effect,

interpretation of the contract or breach thereof which parties are unable to settle mutually,

the same shall be referred to Arbitration as provided hereunder:

a) A party wishing to commence arbitration proceeding shall invoke Arbitration

Clause by giving 30 days notice to the other party. The notice invoking

arbitration shall specify all the points of dispute with details of the amount

claimed to be referred to arbitration at the time of invocation of arbitration and

not thereafter. If the claim is in foreign currency, the claimant shall indicate its

value in Indian Rupee for the purpose of constitution of the arbitral tribunal.

b) The number of arbitrators and the appointing authority will be as under:

Claim amount

(excluding claim for

interest and counter

claim, if any)

Number of

Arbitrator

Appointing Authority

Upto Rs. 5 Crore Sole Arbitrator OIL

Above Rs. 5 Crore 3 Arbitrators One Arbitrator by each party and the 3rd

Arbitrator, who shall be the presiding

Arbitrator, by the two Arbitrators.

c) The parties agree that they shall appoint only those persons as arbitrators who

accept the conditions of the arbitration clause. No person shall be appointed as

Arbitrator or Presiding Arbitrator who does not accept the conditions of the

arbitration clause.

d) Parties agree that there will be no objection if the Arbitrator appointed holds

equity shares of OIL and/or is a retired officer of OIL/any PSU. However, neither

party shall appoint its serving employees as arbitrator.

e) If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or

withdraws for any reason from the proceedings, it shall be lawful for the

concerned party/arbitrators to appoint another person in his place in the same

manner as aforesaid. Such person shall proceed with the reference from the

stage where his predecessor had left if both parties consent for the same;

otherwise, he shall proceed de novo.

f) Parties agree that neither shall be entitled for any pre-reference or pendente-lite

interest on its claims. Parties agree that any claim for such interest made by any

party shall be void.

Page 34: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 6 of 18

g) The arbitral tribunal shall make and publish the award within time stipulated as

under:

Amount of Claims and

counter claims(excluding

interest)

Period for making and publishing of the

award(counted from the date of first meeting of

the Arbitrators)

Upto Rs. 5 Crore Within 8 months

Above Rs. 5 Crore Within 12 months

The above time limit can be extended by Arbitrator, for reasons to be recorded in

writing, with the consent of the other parties.

h) If after commencement of the arbitration proceedings, the parties agree to settle

the dispute mutually or refer the dispute to conciliation, the arbitrators shall put

the proceedings in abeyance until such period as requested by the parties.

i) Each party shall be responsible to make arrangements for the travel and stay

etc. of the arbitrator pointed by it. Claimant shall also be responsible for making

arrangements for travel/stay arrangements of the Presiding Arbitrator and the

expenses incurred shall be shared equally by the parties.

In case of sole arbitrator, OIL shall make all necessary arrangements for his

travel, stay and the expenses incurred shall be shared equally by the parties.

j) The Arbitration shall be held at Duliajan, Assam. However, parties to the

contract can agree for a different place for the convenience of all concerned.

k) The Arbitrator(s) shall give reasoned and speaking award and it shall be final

and binding on the parties.

l) Subject to aforesaid, provisions of the Arbitration and Conciliation Act, 1996 and

any statutory modifications or re-enactment thereof shall apply to the arbitration

proceedings under this clause.

19.2 ARBITRATION (APPLICABLE IN CASE OF CONTRACT AWARDED ON PUBLIC

SECTOR ENTERPRISE)

In the event of any dispute or difference relating to, arising from or connected with

the Contract, such dispute or difference shall be referred by either party to the arbitration

of one of the Arbitrators in the Department of Public Enterprises, to be nominated by the

Secretary to the Government of India, In-Charge of the Bureau of Public Enterprises. The

Arbitration and Conciliation Act 1996 shall not be applicable to the Arbitration under this

clause. The award of the Arbitrator shall be binding upon the parties to the dispute,

provided however, any party aggrieved by such award may make a further reference for

setting aside or revision of the award to the Law Secretary, Deptt. of Legal Affairs, Ministry

of Law and Justice, Government of India. Upon such reference, the dispute shall be

decided by the Law Secretary or the Special Secretary/Additional Secretary, whose

decision shall bind the parties finally and conclusively. The parties in the dispute will

share equally the cost of the arbitration as intimated by the Arbitrator.

The venue of all arbitrations under both 19.1 & 19.2 will be Duliajan, Assam. The

award made in pursuance thereof shall be binding on the parties.

20.0 FORCE MAJEURE:

20.1 In the event of either party being rendered unable by ‘Force majeure’ to perform any

obligations required to be performed by them under the contract the relative obligations of

Page 35: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 7 of 18

the party affected by such ‘Force Majeure’ shall upon notification to the other party be

suspended for the period during which force majeure event lasts. The cost and loss

sustained by the either party shall be borne by the respective parties.

The term ‘Force Majeure’ as employed herein shall mean acts of God, earthquake, war

(declared/undeclared) revolts, riots, fires, floods, rebellions, explosions, hurricane,

sabotage, civil commotions, and acts and regulations of respective Govt. of the two parties,

namely the Company and the contractor.

20.2 Upon the occurrence of such cause(s) and upon its termination, the party alleging

that it has been rendered unable as aforesaid thereby, shall notify the other party in

writing immediately but not later than 72 (Seventy two) hours of the alleged beginning and

ending thereof giving full particulars and satisfactory evidence in support of its claim.

Time for performance of the relative obligations suspended by the force majeure shall then

be extended by the period for which such cause lasts.

20.3 Should ‘force majeure’ condition as stated above occurs and should the same be

notified within Seventy-Two (72) hours after its occurrence the ‘force majeure’ rate shall

apply for the first fifteen days. Parties will have the right to terminate the Contract if such

‘force majeure’ conditions continue beyond fifteen (15) days with prior written notice.

Should either party decide not to terminate the Contract even under such condition, no

payment would apply after expiry of fifteen (15) days force majeure period unless otherwise

agreed to.

21.0 TERMINATION:

21.1 TERMINATION ON EXPIRY OF THE TERMS (DURATION): The contract shall be

deemed to have been automatically terminated on the expiry of duration of the Contract or

the extension period, if exercised by Company under the provision of the Contract.

21.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE: Either party shall have the

right to terminate this Contract on account of Force Majeure as set forth in Article 20.0

above.

21.3 TERMINATION ON ACCOUNT OF INSOLVENCY: In the event that the Contractor

or its collaborator at any time during the term of the Contract, becomes insolvent or makes

a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt,

then the Company shall, by a notice in writing have the right to terminate the Contract

and all the Contractor’s rights and privileges hereunder, shall stand terminated forthwith.

21.4 TERMINATION FOR UNSATISFACTORY PERFORMANCE: If the Company

considers that, the performance of the Contractor is unsatisfactory, or not upto the

expected standard, the Company shall notify the Contractor in writing and specify in

details the cause of the dissatisfaction. The Company shall have the option to terminate

the Contract by giving 15 days notice in writing to the Contractor, if Contractor fails to

comply with the requisitions contained in the said written notice issued by the Company.

21.5 TERMINATION DUE TO CHANGE OF OWNERSHIP & ASSIGNMENT: In case the

Contractor's rights and/or obligations under this Contract and/or the Contractor's rights,

title and interest to the equipment/material, are transferred or assigned without the

Company's consent, the Company may at its absolute discretion, terminate this Contract.

Page 36: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 8 of 18

21.6 If at any time during the term of this Contract, breakdown of Contractor's

equipment results in Contractors being unable to perform their obligations hereunder for a

period of 15 successive days, Company at its option, may terminate this Contract in its

entirely without any further right or obligation on the part of the Company, except for the

payment of money then due. No notice shall be served by the Company under the

condition stated above.

21.7 Notwithstanding any provisions herein to the contrary, the Contract may be

terminated at any time by the Company on giving 30 (thirty) days written notice to the

Contractor due to any other reason not covered under the above clause from 21.1 to 21.6

and in the event of such termination the Company shall not be liable to pay any cost or

damage to the Contractor except for payment for services as per the Contract upto the date

of termination including the De-mob cost, if any.

22.0 CONSEQUENCES OF TERMINATION: In all cases of termination herein set forth,

the relative obligations of the parties to the Contract shall be limited to the period up to the

date of termination. Notwithstanding the termination of this Contract, the parties shall

continue to be bound by the provisions of this Contract that reasonably require some

action or forbearance after such termination.

22.1 Upon termination of this Contract, Contractor shall return to Company all of

Company's items, which are at the time in Contractor's possession.

22.2 In the event of termination of contract, Company will issue Notice of termination of

the contract with date or event after which the contract will be terminated. The contract

shall then stand terminated and the Contractor shall demobilize their personnel &

materials.

23.0 I.B. VERIFICATION REPORT AND SECURITY REVIEW:

Contractor will be required to submit the verification report to ascertain character

and antecedents from the Civil Administration towards the persons engaged under this

contract to the Head of the user Department before engagement.

24.0 In case of any doubt or dispute as to the interpretation of any clause herein

contained, the decision of the Company's Engineer shall be final and binding on the

contractor.

25.0 SET OFF CLAUSE:

“Any sum of money due and payable to the contractor (including Security Deposit

refundable to them) under this or any other contract may be appropriated by Oil India

Limited and set off against any claim of Oil India Limited (or such other person or persons

contracting through Oil India Limited) for payment of a sum of money arising out of this

contract or under any other contract made by the contractor with Oil India Limited (or

such other person or persons contracting through Oil India Limited).”

26.0 FURNISHING FRAUDULENT INFORMATION/DOCUMENT:

The information and documents furnished by the bidder/contractor in respect of the

subject tender/contract are expected to be true and genuine. However, if it is detected

during technical scrutiny or after award of the contract or after expiry of the contract, that

the bidder had submitted any fake/fraudulent document or furnished false statement, the

Page 37: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 9 of 18

offer/contract shall be rejected/cancelled, as the case may be and the bidder (if fake

document/false statement pertains to such bidder) shall be dealt as per the Banning Policy

(available in OIL’s website) of Company.

27.0 PROVISION FOR ACTION IN CASE OF ERRING/DEFAULTING AGENCIES:

Action against erring and defaulting agencies like bidder, contractor, supplier,

vendor, service provider will be as per OIL’s Banning Policy dated 6th January, 2017

available in OIL’s website www.oil-india.com.

28.0 LIQUIDATED DAMAGES FOR DELAY IN MOBILZATION/COMPLETION OF

WORKS AND SERVICES:

In the event of the Contractor's default in timely mobilization/completion within the

stipulated period, the Contractor shall be liable to pay liquidated damages @ 0.5% of

contract value, per week or part thereof of delay subject to maximum ceiling of 7.5% of

contract value, by way of liquidated damages for delay and not as penalty. The applicable

GST on the LD shall have to be borne by the contractor. Accordingly, the liquidated

damages shall be recovered from the contractor along with applicable GST.

29.0 SUBCONTRACTING:

CONTRACTORS shall not subcontract or assign, in whole or in part, their

obligations to perform under this contract, except with COMPANY’S prior written consent.

30.0 MISCELLANEOUS PROVISIONS:

Contractors shall conform in all respects with the provisions of any Statute,

Ordinance of Law and the regulations or bye-law of any local or other duly constituted

authority which may be applicable to the services and with such rules and regulation

public bodies and Companies as aforesaid and shall keep OIL indemnified against all

penalties and liability of every kind for breach of any such Statute, Ordinance or Law,

regulation or byelaw.

31.0 LIABILITY:

31.1 Except as otherwise expressly provided, neither Company nor its servants, agents,

nominees, Contractors, or sub-contractors shall have any liability or responsibility

whatsoever to whomsoever for loss of or damage to the equipment and/or loss of or

damage to the property of the Contractor and/or their Contractors or sub-contractors,

irrespective of how such loss or damage is caused and even if caused by the negligence of

Company and/or its servants, agent, nominees, assignees, contractors and sub-

contractors. The Contractor shall protect, defend, indemnify and hold harmless Company

from and against such loss or damage and any suit, claim or expense resulting there from.

31.2 Neither Company nor its servants, agents, nominees, assignees, Contractors, sub-

contractors shall have any liability or responsibility whatsoever for injury to, illness, or

death of any employee of the Contractor and/or of its contractors or sub-contractor

irrespective of how such injury, illness or death is caused and even if caused by the

negligence of Company and/or its servants, agents nominees, assignees, Contractors and

sub-contractors. Contractor shall protect, defend, indemnify and hold harmless Company

from and against such liabilities and any suit, claim or expense resulting there from.

Page 38: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 10 of 18

31.3 The Contractor hereby agrees to waive its right to recourse and further agrees to

cause their underwriters to waive their right of subrogation against Company and/or its

underwrites, servants, agents, nominees, assignees, Contractors and sub-contractors for

loss or damage to the equipment of the Contractor and/or its sub-contractors when such

loss or damage or liabilities arises out of or in connection with the performance of the

contract.

31.4 The Contractor hereby further agrees to waive its right of recourse and agrees to

cause its underwriters to waive their right of subrogation against Company and/or its

underwriters, servants, agents, nominees, assignees, Contractors and sub-contractors for

injury to, illness or death of any employee of the Contractor and of its contractors, sub-

contractors and/or their employees when such injury, illness or death arises out of or in

connection with the performance of the contract.

31.5 Except as otherwise expressly provided, neither Contractor nor its servants, agents,

nominees, Contractors or sub-contractors shall have any liability or responsibility

whatsoever to whomsoever for loss of or damage to the equipment and/or loss or damage

to the property of the Company and/or their Contractors or sub-contractors, irrespective of

how such loss or damage is caused and even if caused by the negligence of Contractor

and/or its servants, agents, nominees, assignees, Contractors and sub-contractors. The

Company shall protect, defend, indemnify and hold harmless Contractor from and against

such loss or damage and any suit, claim or expense resulting therefrom.

31.6 Neither Contractor nor its servants, agents, nominees, assignees, Contractors, sub-

contractors shall have any liability or responsibility whatsoever to whomsoever or injury or

illness, or death of any employee of the Company and/or of its contractors or sub-

contractors irrespective of how such injury, illness or death is caused and even if caused

by the negligence of Contractor and/or its servants, agents, nominees, assignees,

contractors and sub-contractors. Company shall protect, defend indemnify and hold

harmless Contractor from and against such liabilities and any suit, claim or expense

resulting there from.

31.7 The Company agrees to waive its right of recourse and further agrees to cause its

underwriters to waive their right of subrogation against Contractor and/or its

underwriters, servants, agents, nominees, assignees, Contractors and sub-contractors for

loss or damage to the equipment of Company and/or its contractors or sub-contractors

when such loss or damage or liabilities arises out of or in connection with the performance

of the contract.

31.8 The Company hereby further agrees to waive its right of recourse and agrees to

cause it underwriters to waive their right of subrogation against Contractor and/or its

underwriters, servants, agents, nominees, assignees, Contractors and sub-contractors for

injury to, illness or death of any employee of the Company and of its Contractors, sub-

contractors and/or their employees when such injury, illness or death arises out of or in

connection with the performance of the Contract.

31.9 LIMITATION OF LIABILITY

Notwithstanding any other provisions except only in cases of willful misconduct

and/or criminal acts,

Page 39: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 11 of 18

(a) Neither the Contractor nor the Company (OIL) shall be liable to the other,

whether in Contract, tort, or otherwise, for any consequential loss or damage, loss of

use, loss of production, or loss of profits or interest costs.

(b) Notwithstanding any other provisions incorporated elsewhere in the contract,

the aggregate liability of the Contractor in respect of this contract, whether under

Contract, in tort or otherwise, shall not exceed 100% of the Contract price, provided

however that this limitation shall not apply to the cost of repairing or replacing

defective equipment by the Contractor, or any obligation of the Contractor to pay

Liquidated Damages plus GST or to any obligation of the Contractor to indemnify

the Company with respect to Intellectual Property Rights.

Company shall indemnify and keep indemnified Contractor harmless from and

against any and all claims, costs, losses and liabilities in excess of the aggregate liability

amount in terms of clause (b) above.

32.0 CONSEQUENTIAL DAMAGE:

Except as otherwise expressly provided, neither party shall be liable to the other for

special, indirect or consequential damages resulting from or arising out of the contract,

including but without limitation, to loss or profit or business interruptions, howsoever

caused and regardless of whether such loss or damage was caused by the negligence

(either sole or concurrent) of either party, its employees, agents or sub-contractors.

33.0 INDEMNITY AGREEMENT:

33.1 Except as provided hereof Contractor agrees to protect, defend, indemnify and hold

Company harmless from and against all claims, suits, demands and causes of action,

liabilities, expenses, cost, liens and judgments of every kind and character, without limit,

which may arise in favour of Contractor's employees, agents, Contractors and

subcontractors or their employees on account of bodily injury or death, or damage to

personnel/property as a result of the operations contemplated hereby, regardless of

whether or not said claims, demands or causes of action arise out of the negligence or

otherwise, in whole or in part or other faults.

33.2 Except as provided hereof Company agrees to protect, defend, indemnify and hold

Contractor harmless from and against all claims, suits, demands and causes of action,

liabilities, expenses, cost, liens and judgments of every kind and character, without limit,

which may arise in favour of Company's employees, agents, Contractor and subcontractors

or their employees on account of bodily injury or death, or damage to personnel/property

as a result of the operations contemplated hereby, regardless of whether or not said

claims, demands or causes of action arise out of the negligence or otherwise, in whole or in

part or other faults.

34.0 APPLICABLE LAW:

34.1 This Contract shall be deemed to be a Contract made under, governed by and

construed in accordance with the laws of India for the time being in force and shall be

subject to the exclusive jurisdiction of Courts situated at Dibrugarh in Assam.

34.2 The Bidders shall ensure full compliance of various Indian Laws and Statutory

Regulations, to the extent applicable for performing under this Contract.

Page 40: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 12 of 18

35.0 TAXES: Tax levied as per the provisions of Indian Income Tax Act and any other

enactment/rules on income derived/payments received under the contract will be on

Contractor’s account.

36.0 SUBSEQUENTLY ENACTED LAWS:

36.1 In the event of introduction of any new legislation or any change or amendment or

enforcement of any Act or Law, rules or regulations of Government of India or State

Government(s) or Public Body which becomes effective after the date of submission of Price

Bid or revised price bid, if any, for this CONTRACT and which results in

increased/decreased cost of the works under the CONTRACT through increased/decreased

liability of taxes, (other than personnel and Corporate taxes), duties, the Parties shall agree

to a revision in pricing to reflect such change subject to the production of documentary

proof to the satisfaction of the COMPANY/CONTRACTOR as applicable to the extent which

directly is attributable to such introduction of new legislation or change or amendment as

mentioned above and adjudication by the competent authority (applicable when disputed

by COMPANY) & the courts wherever levy of such taxes/duties are disputed by

COMPANY/CONTRACTOR.

36.2 Any increase in net amount of the duties and taxes (i.e. the amount of taxes/duties

payable minus eligible credit of taxes/duties paid on input services/inputs) after the

contractual completion/mobilization date during the extended period will be to the

contractor’s account, where delay in completion/mobilization period is attributable to the

CONTRACTOR. However, any decrease in net amount of the duties and taxes (i.e. the

amount of taxes/duties payable minus eligible credit of taxes/duties paid on input

services/inputs) after the contractual completion/mobilization date will be to COMPANY’s

account.

36.3 The Contract Price and other prices given in the Schedule of Prices are based on the

applicable tariff as indicated by the CONTRACTOR in the Schedule of Prices. In case this

information subsequently proves to be wrong, incorrect or misleading, COMPANY will have

no liability to reimburse/pay to the CONTRACTOR the excess duties, taxes, fees, if any

finally levied/imposed by the concerned authorities. However, in such an event, COMPANY

will have the right to recover the difference in case the rate of duty/tax finally assessed is

on the lower side.

36.4 Notwithstanding the provision contained in clause 36.1 to 36.2 above, the

COMPANY shall not bear any liability in respect of:

i. Personal taxes on the personnel deployed by CONTRACTOR, his sub-contractor

/sub-sub-contractors and Agents etc.

ii. Corporate taxes and Fringe benefit tax in respect of contractor and all of their

sub-contractors, agents etc.

iii. Other taxes & duties including Customs Duty, Excise Duty and Service Tax in

addition to new taxes etc. in respect of sub-contractors, vendors, agents etc. of

the CONTRACTOR.

36.5 In order to ascertain the net impact of the revisions/enactment of various provisions

of taxes/duties, the CONTRACTOR is liable to provide following disclosure to

COMPANY:

Page 41: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 13 of 18

i. Details of each of the input services used in relation to providing service

to COMPANY including estimated monthly value of input service and service

tax amount.

ii. Details of Inputs (material/consumable) used/required for providing service to

Company including estimated monthly value of input and excise duty/CVD

paid/payable on purchase of inputs.

37.0 GOODS AND SERVICES TAX

37.1 GENERAL REMARKS ON TAXES & DUTIES:

In view of GST Implementation from 1st July 2017, all taxes and duties including Excise

Duty, CST/VAT, Service tax, Entry Tax and other indirect taxes and duties have been

submerged in GST. Accordingly reference of Excise Duty, Service Tax, VAT, Sales Tax,

Entry Tax or any other form of indirect tax except of GST mentioned in the bidding

document shall be ignored.

37.2 Bidders are required to submit copy of the GST Registration Certificate while

submitting the bids wherever GST (CGST & SGST/UTGST or IGST) is applicable.

37.3 “GST” shall mean Goods and Services Tax charged on the supply of material(s) and

services. The term “GST” shall be construed to include the Integrated Goods and Services

Tax (hereinafter referred to as “IGST”) or Central Goods and Services Tax (hereinafter

referred to as “CGST”) or State Goods and Services Tax (hereinafter referred to as “SGST”)

or Union Territory Goods and Services Tax (hereinafter referred to as “UTGST”) depending

upon the import/interstate or intrastate supplies, as the case may be. It shall also mean

GST compensation Cess, if applicable.

37.4 Quoted price/rate(s) should be inclusive of all taxes and duties, except GST(i.e.

IGST or CGST and SGST/UTGST applicable in case of interstate supply or intra state

supply respectively and cess on GST if applicable) on the final service. However, GST

rate (including cess) to be provided in the respective places in the Price Bid. Please note

that the responsibility of payment of GST (CGST & SGST or IGST or UTGST) lies with the

Supplier of Goods/Services (Service Provider) only. Supplier of Goods/Services (Service

Provider) providing taxable service shall issue an Invoice/Bill, as the case may be as per

rules/regulation of GST. Further, returns and details required to be filled under GST laws

& rules should be timely filed by Supplier of Goods/Services (Service Provider) with

requisite details.

37.5 Bidder should also mention the Harmonized System of Nomenclature (HSN) and

Service Accounting Codes (SAC) at the designated place in SOR.

37.6 Where the OIL is entitled to avail the input tax credit of GST:

37.6.1 OIL will reimburse the GST to the Supplier of Goods/Services (Service Provider) at

actuals against submission of Invoices as per format specified in rules/regulation of GST

to enable OIL to claim input tax credit of GST paid. In case of any variation in the executed

quantities, the amount on which the GST is applicable shall be modified in same

proportion. Returns and details required to be filled under GST laws & rules should be

timely filed by supplier with requisite details.

Page 42: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 14 of 18

37.6.2 The input tax credit of GST quoted shall be considered for evaluation of bids, as

per evaluation criteria of tender document.

37.7 Where the OIL is not entitled to avail/take the full input tax credit of GST:

37.7.1 OIL will reimburse GST to the Supplier of Goods/Services (Service Provider) at

actuals against submission of Invoices as per format specified in rules/regulation of GST

subject to the ceiling amount of GST as quoted by the bidder. In case of any variation in

the executed quantities (If directed and/or certified by the In-Charge) the ceiling amount

on which GST is applicable will be modified on pro-rata basis.

37.7.2 The bids will be evaluated based on total price including GST.

37.8 Payments to Service Provider for claiming GST amount will be made provided the

above formalities are fulfilled. Further, OIL may seek copies of challan and certificate from

Chartered Accountant for deposit of GST collected from OIL.

37.9 Contractor/vendor shall be required to issue tax invoice in accordance with GST Act

and/or Rules so that input credit can be availed by OIL. In the event that the contractor/

vendor fails to provide the invoice in the form and manner prescribed under the GST Act

read with GST Invoicing Rules thereunder, OIL shall not be liable to make any payment on

account of GST against such invoice.

37.10 GST shall be paid against receipt of tax invoice and proof of payment of GST to

government. In case of non-receipt of tax invoice or non-payment of GST by the

contractor/vendor, OIL shall withhold the payment of GST.

37.11 GST payable under reverse charge mechanism for specified services or goods under

GST act or rules, if any, shall not be paid to the contractor/vendor but will be directly

deposited to the government by OIL.

37.12 Where OIL has the obligation to discharge GST liability under reverse charge

mechanism and OIL has paid or is/liable to pay GST to the Government on which interest

or penalties becomes payable as per GST laws for any reason which is not attributable to

OIL or ITC with respect to such payments is not available to OIL for any reason which is

not attributable to OIL, then OIL shall be entitled to deduct/setoff/recover such amounts

against any amounts paid or payable by OIL to Contractor/Supplier.

37.13 Notwithstanding anything contained anywhere in the Agreement, in the event that

the input tax credit of the GST charged by the Contractor/Vendor is denied by the tax

authorities to OIL for reasons attributable to Contractor/Vendor, OIL shall be entitled to

recover such amount from the Contractor/Vendor by way of adjustment from the next

invoice. In addition to the amount of GST, OIL shall also be entitled to recover interest at

the rate prescribed under GST Act and penalty, in case any penalty is imposed by the tax

authorities on OIL.

37.14 TDS under GST, if applicable, shall be deducted from contractor’s/vendor’s bill at

applicable rate and a certificate as per rules for tax so deducted shall be provided to the

contractor/vendor.

37.15 The Contractor will be under obligation for charging correct rate of tax as prescribed

under the respective tax laws. Further the Contractor shall avail and pass on benefits of all

Page 43: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 15 of 18

exemptions/concessions available under tax laws. Any error of interpretation of

applicability of taxes/duties by the contractor shall be to contractor’s account.

37.16 It is the responsibility of the bidder to quote the correct GST rate. The classification

of goods/services as per GST (Goods & Service Tax) Act should be correctly done by the

contractor to ensure that input tax credit on GST (Goods & Service Tax) is not lost to the

OIL on account of any error on the part of the contractor.

37.17 In case, the quoted information related to various taxes, duties & levies

subsequently proves wrong, incorrect or misleading, OIL will have no liability to reimburse

the difference in the duty/tax, if the finally assessed amount is on the higher side and OIL

will have to right to recover the difference and in case the rate of duty/taxes finally

assessed is on the lower side.

37.18 Notwithstanding anything mentioned elsewhere in the Bidding Document the

aggregate liability of OIL towards Payment of GST shall be limited to the volume of GST

declared by the bidder in its bid & nothing shall be payable extra except for the statutory

variation in GST.

37.19 Further, it is the responsibility of the bidders to make all possible efforts to make

their accounting/IT system GST compliant in order to ensure availability of Input Tax

Credit (ITC) to Oil India Ltd

37.20 GST liability, if any on account of supply of free samples against any tender shall be

to bidder’s account.

37.21 In case of statutory variation in GST, other than due to change in turnover, payable

on the contract value during contract period, the Supplier of Goods/Services (Service

Provider) shall submit a copy of the 'Government Notification' to substantiate the rate as

applicable on the Bid due date and on the date of revision.

Beyond the contract period, in case OIL is not entitled for input tax credit of GST,

then any increase in the rate of GST beyond the contractual delivery period shall be to

Service provider’s account whereas any decrease in the rate GST shall be passed on to the

OIL.

Beyond the contract period, in case OIL is entitled for input tax credit of GST, then

statutory variation in applicable GST on supply and on incidental services, shall be to

OIL’s account.

Claim for payment of GST/Statutory variation, should be raised within two [02]

months from the date of issue of 'Government Notification' for payment of differential (in %)

GST, otherwise claim in respect of above shall not be entertained for payment of arrears.

The base date for the purpose of applying statutory variation shall be the Bid

Opening Date.

37.22 The contractor will be liable to ensure to have registered with the respective tax

authorities, wherever applicable and to submit self-attested copy of such registration

certificate(s) and the Contractor will be responsible for procurement of material in its own

registration (GSTIN) and also to issue its own Road Permit/E-way Bill, if applicable etc.

Page 44: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 16 of 18

37.23 In case the bidder is covered under Composition Scheme under GST laws, then

bidder should quote the price inclusive of the GST (CGST & SGST/UTGST or IGST).

Further, such bidder should mention “Cover under composition system” in column for GST

(CGST & SGST/UTGST or IGST) of price schedule.

37.24 OIL will prefer to deal with registered supplier of goods/services under GST.

Therefore, bidders are requested to get themselves registered under GST, if not registered

yet. However, in case any unregistered bidder is submitting their bid, their prices will be

loaded with applicable GST while evaluation of bid. Where OIL is entitled for input credit of

GST, the same will be considered for evaluation of bid as per evaluation methodology of

tender document.

37.25 Procurement of Specific Goods: Earlier, there is no tax incidence in case of import of

specified goods (i.e. the goods covered under List-34 of Customs Notification no. 12/2012-

Cus dated. 17.03.2012 as amended). Customs duty is not payable as per the policy.

However, under GST regime, IGST Plus GST compensation cess (if applicable) would be

liveable on such imports. Bidders should quote GST as inclusive considering IGST

component for the imported Materials portion while quoting their prices on destination

basis. However, GST rate to be specified in the price bid format.

37.26 Documentation requirement for GST

The vendor will be under the obligation for invoicing correct tax rate of tax/duties as

prescribed under the GST law to OIL, and pass on the benefits, if any, after availing input

tax credit.

Any invoice issued shall contain the following particulars:

a) Name, address and GSTIN of the supplier;

b) Serial number of the invoice;

c) Date of issue;

d) Name, address and GSTIN or UIN, if registered of the recipient;

e) Name and address of the recipient and the address of the delivery, along with the

State and its code,

f) HSN code of goods or Accounting Code of services[SAC];

g) Description of goods or services;

h) Quantity in case of goods and unit or Unique Quantity Code thereof;

i) Total value of supply of goods or services or both;

j) Taxable value of supply of goods or services or both taking into discount or

abatement if any;

k) Rate of tax (IGST,CGST, SGST/UTGST, cess);

l) Amount of tax charged in respect of taxable goods or services (IGST,CGST,

SGST/UTGST, cess);

m) Place of supply along with the name of State, in case of supply in the course of

interstate trade or commerce;

n) Address of the delivery where the same is different from the place of supply and

o) Signature or digital signature of the supplier or his authorized representative.

GST invoice shall be prepared in triplicate, in case of supply of goods, in the following

manner:

a) The original copy being marked as ORIGINAL FOR RECIPIENT;

b) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and

c) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER.

Page 45: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 17 of 18

In case of any advance given against any supplies contract, the supplier of the goods

shall issue Receipt Voucher containing the details of details of advance taken along with

particulars as mentioned in clause no. (a), (b), (c), (d), (g), (k), (l), (m) & (o) above.

37.27 Anti-profiteering clause

As per Clause 171 of GST Act it is mandatory to pass on the benefit due to reduction in

rate of tax or from input tax credit to the consumer by way of commensurate reduction in

prices. The Supplier of Goods/Services may note the above and quote their prices

accordingly.

37.27.1 In case the GST rating of vendor on the GST portal/Govt. official website is

negative/black listed, then the bids may be rejected by OIL. Further, in case rating of

bidder is negative/black listed after award of work for supply of goods/services, then OIL

shall not be obligated or liable to pay or reimburse GST to such vendor and shall also be

entitled to deduct/recover such GST along with all penalties/interest, if any, incurred by

OIL.

38.0 WITHHOLDING: Company may withhold or nullify the whole or any part of the amount

due to Contractor, after informing the Contractor of the reasons in writing, on account of

subsequently discovered evidence in order to protect Company from loss on account of:

a) For non-completion of jobs.

b) Contractor's indebtedness arising out of execution of this Contract.

c) Defective work not remedied by Contractor.

d) Claims by sub-Contractor of Contractor or others filed or on the basis of

reasonable evidence indicating probable filing of such claims against

Contractor.

e) Failure of Contractor to pay or provide for the payment of salaries/wages,

contributions, unemployment compensation, taxes or enforced savings with-

held from wages etc.

f) Failure of Contractor to pay the cost of removal of unnecessary debris,

materials, tools, or machinery.

g) Damage to another Contractor of Company.

h) All claims against Contractor for damages and injuries, and/or for non-

payment of bills etc.

i) Any failure by Contractor to fully reimburse Company under any of the

indemnification provisions of this Contract. If, during the progress of the work

Contractor shall allow any indebtedness to accrue for which Company, under

any circumstances in the opinion of Company may be primarily or contingently

liable or ultimately responsible and Contractor shall, within five days after

demand is made by Company, fail to pay and discharge such indebtedness,

then Company may during the period for which such indebtedness shall

remain unpaid, with-hold from the amounts due to Contractor, a sum equal to

the amount of such unpaid indebtedness.

Withholding will also be effected on account of the following:

i) Order issued by a Court of Law in India.

ii) Income-tax deductible at source according to law prevalent from time to time in

the country.

Page 46: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-I GCC

Page 18 of 18

iii) Any obligation of Contractor which by any law prevalent from time to time to be

discharged by Company in the event of Contractor's failure to adhere to such

laws.

iv) Any payment due from Contractor in respect of unauthorized imports.

When all the above grounds for withholding payments shall be removed, payment

shall thereafter be made for amounts so with-hold.

Notwithstanding the foregoing, the right of Company to withhold shall be limited to

damages, claims and failure on the part of Contractor, which is directly/indirectly related

to some negligent act or omission on the part of Contractor.

39.0 In case any part of the work is sub-contracted to a Micro or Small Enterprise as per

contract conditions than the contractor shall provide complete details (i.e. name of the

subcontractor, value of sub-contacted work, copy of valid registration certificate etc.) of the

sub-contractor to OIL.

IN WITNESS whereof the parties hereunto set their hands seals the day and year first

written above:

SIGNED & DELIVERED FOR AND ------------------------------------------------

ON BEHALF OF (Signature of Contractor or his legal

Attorney)

by the hand of (Full Name of Signatory)

----------------------------------------------- ---------------------------------------------

its Partner/Legal Attorney (Seal of Contractor's Firm)

---------------------------------------------

And in presence of (Signature of witness)

----------------------------------------------------

Date: _____________________ ---------------------------------------------

(Full Name of Signatory)

Address:

---------------------------------------------

---------------------------------------------

----------------------------------------------

(Signature of Acceptor)

SIGNED & DELIVERED FOR & ON

BEHALF OF OIL INDIA LIMITED Designation _______________________

Date_____________________________

Page 47: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Schedule of Rates and Quantities

Page 1 of 4

OIL INDIA LIMITED

(A Government of India Enterprise)

Duliajan, Assam

DESCRIPTION OF WORK/SERVICE: Hiring of MMC service for Drilling Water

Disposal Wells (WDW) for a period of 04 (Four) years.

Part-II (SOQ) Schedule of Work, Unit and Quantity

Item

No.

Description of Services UOM Quantity

10 Mobilization charge for personnel and crane LSM 1

20 Operating Day Rate for personnel DAY 1077

30 ILM charge move up to 30 KM LSM 32

40 KM charge when ILM is in excess of 30 KM KM 800

50 Operating charge for Crane DAY 1077

60 Charges for Catering Services NO 4000

70 Re-Mobilization charge for personnel and crane LSM 4

NOTE:

1. Bidders need not quote for charges for catering services and shall be Rs. 400.00 per

day per person. However the total contract cost of the contract shall be inclusive of

amount for catering charges.

2. The rig will operate for 365 days in a year on 24 hrs. basis.

3. The rates quoted above should be inclusive of all statutory liabilities but exclusive

of GST, which will be to OIL’s account.

4. It may clearly be noted that the requirement indicated above are purely for

evaluation purpose only and the actual requirement may vary. Payment will

however be made at actual.

5. Bidders are required to submit price break-up of the quoted operating day rate for

personnel as per the format provided in the bid document. Offer without Price

break-up and with prices not conforming to the minimum-wage act rates shall be

rejected outright.

1. The price/rate(s) quoted by the Bidders will be inclusive of all taxes except GST (i.e. IGST

or CGST and SGST/UTGST as applicable in case of interstate supply or intra state supply

respectively and Cess on GST , if applicable) on the final services. However, GST rate

(including cess) to be provided in the respective places in the Price Bid.

2. Price Bids shall be evaluated on overall lowest cost to OIL (L-1 offer) basis i.e. considering

total quoted price for all services including applicable GST(CGST & SGST/UTGST or IGST).

3. OIL will prefer to deal with registered bidder under GST. Therefore, bidders are requested

to get themselves registered under GST, if not registered yet.

However, in case any unregistered bidder is submitting their bid, their prices will be loaded

with applicable GST while evaluation of bid. Where OIL is entitled for input credit of GST, the

same will be considered for evaluation of bid as per evaluation methodology of tender

document."

4. Price Bid uploaded without giving any of the details of the taxes (Including rates and

amounts) will be considered as inclusive of all taxes including GST.

When a bidder mentions taxes as extra without specifying the rates & amount, the offer will

be loaded with maximum value towards taxes received against the tender for comparison

purposes. If the bidder emerges as lowest bidder after such loading, in the event of order on

that bidder, taxes mentioned by OIL on the Purchase Order/Contracts will be binding on the

Page 48: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Schedule of Rates and Quantities

Page 2 of 4

bidder.

5. Input Tax Credit on GST (Goods & Service Tax) for this service is NOT available to OIL &

The bids will be evaluated based on total price including GST.

6. Refer to GCC for detail of GST.

7. The rates shall be quoted per unit as specified in the “PRICE BIDDING FORMAT” attached

under “Notes and Attachments” tab.

8. Tenure of Agreement: 04 (Four) years.

9. Mobilisation Period: 45 (Forty Five) days from the date of issue of LOA.

SCHEDULE OF RATES AND PAYMENT

The bidders must quote their rates as per Price Schedule, in their priced bids

considering the following and payment against the contract shall be made accordingly:

1.0 MOBILIZATION CHARGES FOR PERSONNEL AND CRANE: (Lump sum-one

time):

The mobilization charges shall be applicable after mobilization of contractor's personnel

and Crane at designated site as stated in Clause 2.2 of Special Conditions of Contract

and ready to start rig operation, duly certified by the Company's representative.

2.0 DE-MOBILIZATION CHARGES (Lump sum- one time):

The demobilization charges shall be applicable after demobilization of contractor's

personnel and Crane, duly certified by the Company's representative at completion of

contract period.

3.0 RATE FOR CREW FOR RIG OPERATION DAY:

Day rate charges shall be applicable once mobilization under the contract is complete in

all aspect as certified by Company. Day rate charges for personnel during operation

shall apply upon commencement of drilling operation i.e., after spudding in of well till

declaration of rig down/rig-release after completion of Drilling operation in present

location

Day rate shall not be applicable during the period of ILM, i.e., from the date of rig

release till spudding in of the next location.

4.0 INTER LOCATION MOVEMENT (ILM) RATE:

4.1 Depending on the distance between the locations, separate rates will be

applicable as mentioned below:

a) Fixed Charge (Lumpsum) per rig move up to 30 Km. (ILM1)

b) Kilometerage charges for rig movement in excess of 30 Km. This will be in

addition to Lumpsum rate for ILM up to 30 Km as mentioned in `a' above. (ILM)

Page 49: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Schedule of Rates and Quantities

Page 3 of 4

4.2 Interlocation movement operation will start from the moment the Company

releases the drilling unit for rig down at previous location, all the materials including

the additional and optional items of Rig Package except Rig Carrier & Mast are to be

transferred by Contractor with his own fleet and personnel after rig down and rig up at

the next location is completed and the well is spudded. Rig carrier and Mast are to be

transferred by Company. Before spudding in, the Contractor shall complete all jobs,

including, but not limited to, rig up of service lines, block, hook etc., drilling and setting

scabbards of mouse & rat hole, compliance/rectification to meet safety norms and any

other job normally done prior to spudding in. The inter-location movement of Rig

package should be completed within the period as specified in clause 5.4.1 under

'Scope of Work' of the contract.

4.3 The Inter location movement operation will include the clearing of the drilling

location off all materials, rig parts and made free from all pollutants.

4.4 No other rate hereof will be payable when Interlocation move rate is applicable.

In case of suspension of ILM due to any reason mentioned under Clause 6.0, NODR

(Non–Operating Day Rate) will be payable during the suspension period of ILM.

4.5 The time for ILM suspended due to the reasons mentioned under Clause 6.0

shall be extended by the period from which ILM suspension end .

4.6 ILM charge shall be payable only after completion of all activities described under

ILM operation. Zero ILM rate shall be payable if ILM activities are partially completed.

5.0 OPERATING DAY RATE FOR CRANE:

5.1 Operating day rate for the crane shall be payable from the date and time of

completion of mobilization of the crane till Rig release from that location. No any

payment including day rate shall be payable for the crane during ILM period. After

completion of ILM, i.e. from the time of spudding in of forward location, Operating Day

Rate for crane shall be applicable again.

5.2 Zero rate of the crane shall be payable for shut down period of the crane as

certified by Company. If rig operation remains shut down due to non-availability of the

crane, zero rate shall be payable for the day rate of crew (man-power) as well as for

crane. If Company decides to continue operation without the service of Contractor's

crane, 80% of day rate for crew shall be payable. However, no payment shall be made

during shut down period for the crane.

6.0 NON- OPERATING (NODR) DAY RATE DURING ILM shall be applicable at the

rate of 75% of ODR Rate under following condition:

- Interruption in ILM due to non-readiness of forward location.

- ILM is interrupted due to adverse condition of approach road, plinth or

concrete foundation.

- Waiting on company’s equipment/material to continue rig up.

- Outfit is under major break-down and being repaired at Company’s facility

for which rig up is delayed.

- Waiting on order from OIL.

Page 50: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Schedule of Rates and Quantities

Page 4 of 4

- For all time during which the Company at its option may suspend

operations.

- Company decides to replace old equipment and commission new

equipment.

- Rig package ready for ILM but Contractor unable to carry out the ILM for

any reason not attributable to the Contractor.

- Delay of ILM due to attributable to OIL.

The time of reckoning shall be rounded to hours and total working hours per day for

ILM shall be considered as one day.

7.0 CHARGES FOR CATERING SERVICES:

Contractor shall have to provide catering services to Company's personnel as and when

required on chargeable basis. Payment against the catering services shall be made at

the rate of Rs. 400.00 (Rupees Four Hundred only) per person per day with following

details:

(i) Breakfast : Rs. 60.00 per day per person.

(ii) Lunch : Rs. 150.00 per day per person.

(iii) Evening tea/snacks : Rs. 40.00 per day per person.

(iv) Dinner : Rs. 150.00 per day per person.

Following minimum items shall have to be included in the catering services:

(i) Breakfast: Bread/butter/Egg or puri sabbji or equivalent with milk/tea

(ii) Lunch: Rice/Roti, quality dal and sabji, one non-veg item or Veg special,

pickle, papad etc.

(iii) Evening tea/snacks : Quality snacks like pakoda/veg chops etc. with Tea

(iv) Dinner: Rice/roti, quality dal and sabji, one non-veg item or veg special,

pickle, papad etc.

Fooding arrangement for Company's personnel shall be arranged by Contractor with

prior intimation only.

6.0 FORCE MAJEURE DAY RATE (Per 24 Hrs. day) (FM):

6.1 The Force Majeure Day Rate for personnel shall be payable during the first 15

days period of force majeure. No payment shall accrue to the Contractor beyond the

first 15 days period unless mutually agreed upon.

6.2 Payment towards force majeure day rate shall be 50% of operating day rate of

personnel.

Page 51: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 1 of 37

1.0 INTRODUCTION

This section establishes the scope and schedule for the work to be performed by

the Contractor and describes the specifications, instructions, standards and other

documents including the specifications for any materials, tools or equipment,

which the Contractor shall satisfy or adhere to in the performance of the work

2.0 DEFINITION OF WORK:

Under the contract the contractor shall provide man-management services for

medium duty Workover Rig to be provided by company (OIL) to carry out drilling

shallow wells for disposal of associated formation water produced along with

crude oil or any other purpose in Assam & Arunachal Pradesh. The depths of

these wells are around 1600 m and contractor shall undertake drilling under

supervision of the company.

2.1 The contractor shall also be responsible for all other associated work/services

with the rig operation, like rig up, rig down mast, dismantling , assembling of mud

tanks, water tanks and fittings/pumps and engines/rig electrical wiring,

restoration of power and water supply and mud services.

2.2 Contractor shall carryout routine and preventive, breakdown maintenance of the

rig and rig equipment.

2.3 The security in house or CISF shall be provided by the Company at work site at its

cost. Erection and dismantling of security fencing shall be Company's

responsibility. Erection of all temporary shades and plinth maintenance during

drilling of the well shall also be Company's responsibility.

2.4 Contractor shall carry out all other work not spelled out in above paragraphs but

relevant to drilling/testing and completion of the well.

3.0 PERSONNEL TO BE DEPLOYED BY CONTRACTOR:

3.1 The Contractor shall have to deploy their employees as per detailed list below for

carrying out drilling operation as well as other activities as per scope of the

contract. The deployment of crew with minimum Nos. and pattern as mentioned

below shall be obligatory for the contractor from the time of spud in to declare of

rig down. However, Contractor shall be responsible for smooth operation of all the

activities under the scope of the contract with deployment of minimum following

crew:

A. KEY PERSONNEL:

Sl.

No

Key Personnel Number

on

location

per

shift

Total

per

day

Working

Hours

Day

Time

Shift

Night

time

shift

Off Allocated

per Rig

Type of

Work

person

1 Tool Pusher 1(one) 1 12 Hrs 1 - 1 2 N.A

2 Tour 1(one) 1 12 Hrs 1 - 1 2 N.A

Page 52: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 2 of 37

Pusher/Night

Tool Pusher

3 Driller 1(one) 2 12 Hrs 1 1 2 4 N.A

4 Asstt. Driller 1(one) 2 12 Hrs 1 1 2 4 Highly

Skilled

5 Derrick

Man/Top Man

2 (two) 4 12 Hrs 2 2 4 8 Skilled

6 Floorman/

Rigman

4 (Four) 8 12 Hrs 4 4 8 16 Skilled

7 Mechanic-ICE 1 (one) 2 12 Hrs 1 1 2 4 Highly

Skilled

8 Asst.

Mechanic-

ICE

1 (one) 2 12 Hrs 1 1 2 4 Semi-

Skilled

9 Mechanic-

pump

1 (one) 2 12 Hrs 1 1 2 4 Highly

Skilled

10 Asst. Mechanic

pump

1 (one) 2 12 Hrs 1 1 2 4 Semi-

Skilled

11 Electrical

Supervisor/Jr.

Engr-Electrical

1 (one) 2 12 Hrs 1 1 2 4 Highly

Skilled

12 Rig Electrician 1 (one) 2 12 Hrs 1 1 2 4 Skilled

13 Welder 1 (one) 1 On call

24 Hrs

1 1 2 Skilled

14 Mud Attendant 1 (one) 2 12 Hrs 1 1 2 4 Skilled

15 HSE cum

Liaison Officer

1 (one) 1 On call

24 Hrs

1 1 2 N.A

B. UNSKILLED PERSONNEL:

Sl.

No

Unskilled

Personnel

Number

on

location

per

shift

Tota

l

per

day

Working

Hours

Day

Time

Shift

Night time

shift

Off Allocated

per Rig

Type of

Work

person

1 Telephone

Attendant

1(one) 2 12 Hrs 1 1 2 4 Un-skilled

2 Chemical

helpers

4 (Four) 8 12 Hrs 4 4 8 16 Un-skilled

IMPORTANT NOTE:

(i) CONTRACTOR SHALL BE RESPONSIBLE FOR DEPLOYMENT OF HIS

PERSONNEL FOR THE CONTRACT IN COMPLIANCE WITH GUIDELINES OF

MINES ACT,1952 and all other Rules (Mines Rule,1955,MVTR1966) Regulation

(OMR1984)circulars and notification hereunder or any revision of these time to

time without any additional cost. CONTRACTOR SHALL NOT BE ALLOWED TO

DEPLOY HIS PERSONNEL BEYOND EXCESS OF WORKING HOURS/DAYS AS

PER STATUTORY GUIDELINE. Working hours under the contract shall be in

accordance with the Gazette Notification No S.O.1658(E) dtd 30th june,2014

(ii) CONTRACTOR SHALL ENSURE THAT PAYMENT TO PERSONNEL UNDER THE

CONTRACT OF DIFFERENT CATEGORY IS MADE IN COMPLIANCE WITH

MINIMUM WAGE ACT OF GOVT AS REVISED TIME TO TIME.

Page 53: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 3 of 37

3.2 DETAILED EXPERIENCE AND QUALIFICATION OF KEY PERSONNEL:

A. Tool-Pusher/Tour Pusher/Night Tool Pusher:

(i) Qualification & relevant experience:

a) BE/B Tech with 10 years’ experience including one year as Tool-Pusher/

Tour Pusher/Night Tool Pusher.

OR

b) B. Sc/Diploma in Engg. with 12 years’ experience including three as Tool-

Pusher/Tour Pusher/Night Tool Pusher.

OR

c) HSLC/HS or equivalent with 15 years’ experience including five as Tool-

Pusher/Tour Pusher/Night Tool Pusher.

(ii) Should be conversant of drilling operations/activities with Diesel Electric rig and

capable of giving instruction during down hole well problem.

(iii) Should have basic knowledge of repair and maintenance of Drilling Rig

equipments like Draw works/Pumps etc.

(iv) Should be conversant with mud chemicals/maintenance of mud properties.

(v) Shall have valid IWCF (Supervisory level) certificate

B. Driller:

(i) Qualification & relevant experience:

a) BE/B Tech with 5 years’ experience including 2 years as driller in drilling rig.

OR

b) B.Sc/Diploma in Engg. with 7 years’ experience including 3 years as driller in

drilling rig.

OR

c) HSLC/HS or equivalent with 10 years’ experience including five years as driller

in drilling rig.

(ii) Should be conversant of drilling with Diesel Electric rig and handle brake.

(iii) Should have knowledge of repair and maintenance of Draw works/Pumps and

trouble shooting.

(iv) Should be conversant with mud chemicals/maintenance of mud properties.

(v) Shall have valid IWCF (Driller level) certificate.

C. Assistant. Driller:

(i) Qualification & relevant experience:

a) Diploma in Engg./Science Graduate with 2 years’ experience in drilling rig

including one year as Asst. Driller.

OR

b) 10+2 pass or equivalent with 4 years’ experience in drilling rig including 1

year as Asst. Driller.

(ii) Should be conversant in working in AC Electric rig.

Page 54: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 4 of 37

(iii) Should be capable to handle brake swiftly and accurately in all operation of the

Rig

(iv) Should be conversant with Draw works and Pump operation and maintenance

D. Rig Man/Floor Man:

(i) Qualification & relevant experience:

a) Class X pass with minimum 2 years Oil Field Experience including 1 year

experience as RigMan/Floorman

b) Class VIII Pass with minimum 3 years Oil Field Experience including 1 year

experience as RigMan/Floorman

(ii) Should be capable of working in derrick floor in Electrical Drilling rig.

E. Mechanic ICE:

(i) Qualification & relevant experience:

a) Diploma in Mech/Automobile Engg from any Recognized Institutions with

minimum 2 Years related oil field experience including 01 year as assistant

mechanic ICE.

OR

b) ITI (01-year duration) in Diesel Mechanic/Fitter/Motor Mechanic trade from

any State Gov. ITI or other Recognized Institutions with minimum 03 Years

related oil field experience including 01 year as assistant mechanic ICE.

OR

c) Class 10+2 pass or equivalent with minimum 5 Years related oil field

experience including 01 year as assistant mechanic ICE.

(ii) Work Knowledge: Should have sufficient knowledge of operation/repair/

maintenance of rig and its components such as engines, air compressor etc.

F. Asst. Mechanic ICE:

(i) Qualification & relevant experience:

a) Diploma in Mech/Automobile Engg from any Recognized Institutions with

Minimum 01 Year related oil field experience.

OR

b) ITI (01-year duration) in Diesel Mechanic/Fitter/Motor Mechanic trade from

any State Gov. ITI or other Recognized Institutions with minimum 2 Years

related oil field experience.

OR

c) Class 10+2 pass or equivalent with minimum 03 Years related oil field

experience.

(ii) Work Knowledge: Should have sufficient knowledge of operation/repair/

maintenance of rig and its components such as engines, air compressor etc.

Page 55: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 5 of 37

G. Mechanic Pump:

(i) Qualification & relevant experience:

a) Diploma in Mech/Automobile Engg from any Recognized Institutions with

minimum 2 Years related oil field experience including 01 year as assistant

mechanic Pump.

OR

b) ITI (01-year duration) in Diesel Mechanic/Fitter/Motor Mechanic trade from

any State Gov. ITI or other Recognized Institutions with minimum 3 Years

related oil field experience including 01 year as assistant mechanic pump.

OR

c) Class 10+2 pass or equivalent with minimum 5 Years related oil field

experience including 01 year as assistant mechanic pump.

(ii) Work Knowledge: Should have knowledge of operation/maintenance and servicing

of centrifugal pumps, reciprocating pumps and solid control equipment’s.

H. Asst. Mechanic Pump:

(i) Qualification & relevant experience

a) Diploma in Mech/Automobile Engg from any Recognized Institutions with

minimum 01 Years related oil field experience.

OR

b) ITI (01-year duration) in Diesel Mechanic/Fitter/Motor Mechanic trade from

any State Gov. ITI or other Recognized Institutions with minimum 2 Years

related oil field experience.

OR

c) Class 10+2 pass or equivalent with minimum 03 Years related oil field

experience.

(ii) Work Knowledge: Should have knowledge of operation/maintenance and servicing

of centrifugal pumps, reciprocating pumps and solid control equipment.

I. Electrical Supervisor

a) B.E/B.Tech in Electrical Engineering with 2 years of experience in Drilling/Work

over Rig. He must possess valid Electrical Supervisor’s Certificate of Competency

(Part I, II, III, IV & VIII) issued by State Electrical Licensing board

Or

b) 03 Years Diploma Course in Electrical Discipline with 3 years relevant experience

in Drilling/Work over Rigs. He must possess valid Electrical Supervisor’s

Certificate of Competency (Part I, II, III, IV & VIII) issued by State Electrical

Licensing board

Or

c) 02 years full time government recognized ITI (Electrician) course in electrical

Trade with National Trade Certificate from any Govt. recognized Institute with 05

years of Experience in Drilling/Work over Rigs. He must possess valid Electrical

Supervisor’s Certificate of Competency (Part I, II, III, IV & VIII) issued by State

Electrical Licensing board.

Page 56: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 6 of 37

ii) The Electrical Supervisor shall have the experience of carrying out the jobs in his

independent capacity in diesel Electrical Drilling or Work over Rigs. The Electrical

Supervisor must conversant with the Generator Control system of Drilling Rigs

like ROSSHILL, USA/HILLGRAHAM, UK etc.

iii) He should be capable of independently carrying out the fault finding analysis,

fault rectification, operation and maintenance of all the electrical equipment such

as Generators, Motors, Starters, FLP equipment, lighting circuits of Drilling or

work over Rigs including Air Conditioners.

iv) He should be able to read Electrical circuits, communicate/detect and rectify

faults.

v) He should have the knowledge on hazardous area classification and be guided by

the statutory requirements and directives of DGMS, OISD, OMR-2017, IE Rules

and BIS Standards etc. In Drilling/Work over mine.

vi) He should have knowledge of all the electrical equipment of AC SCR Drilling Rigs/

Work over Rigs (Alternators, DC Motors, Transformers, Air Circuit Breakers,

different light fittings, Star/Delta/DOL Starters, Cable etc.) and use of all the

electrical tools and instruments

J. Rig Electrician:

i) Qualification & relevant experience:

a) 03 years full time government recognized Diploma course in Electrical

discipline from any institute recognized by Govt. of India. 03 (Three) years’

experience in the operation and maintenance of low/medium voltage

electrical equipments such as Gen-sets, motors, starters, FLP equipments,

lighting circuitries of a diesel electric drilling rig. The Rig Electrician should

have the experience of carrying out the jobs in his independent capacity. He

must posses valid electrical work man permit (part-I&II) issued/recognized

by state Electrical Licensing Board.

OR

b) 02 years full time government recognized ITI (electrician) course from any

institute recognized by Govt. of India. 6(Six) years" experience in the

operation and maintenance of low/medium voltage electrical equipments

such as Gen-sets, motors, starters, FLP equipments, lighting circuitries of a

diesel electric drilling rig. The Rig Electrician should have the experience of

carrying out the jobs in his independent capacity. He must possess valid

electrical work man permit (part-I&II) issued/recognized by state Electrical

Licensing Board.

(ii) Should have knowledge on use of tools and instrument such as multimeter,

insulation tester, earth resistance tester, clip-on-meter etc.

(iii) Should have the knowledge and capable of working on DOL/Star-delta starters,

earth leakage relay, circuit breakers, change over switch, FLP equipments, FLP

double compression glanding, cable terminations etc.

Page 57: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 7 of 37

(iv) Should be able to read electrical circuits, communicate/detect and rectify faults.

(v) Should have knowledge on hazardous area classification and be guided by the

statutory requirements and directives of DGMS, OISD, OMR, IE rules, BIS

standards etc. in drilling mines.

(vi) Should have the knowledge of training on Fire Fighting, Mines Vocational

Training.

K. Welder:

(i) Qualification & relevant experience:

(a) Certificate of welding trade from any recognized institute of state (one-year

course)

(ii) Should have minimum 02 years’ experience in working in drilling wells as a

welder and must be conversant of wellhead & accessories

L. Mud Attendant:

(i) Qualification and experience

(a) B.SC Chemistry with minimum 02 Year related Oil Field Exp (Mud

Handling)

(b) 10+2 (Science) Pass with minimum 04 Year related Oil Field Exp (Mud

Handling)

(ii) Experience of handling various kinds of mud in Drilling/Workover wells and other

related activities.

M. HSE cum Liaison Officer

(i) Qualification & relevant experience:

a) Should be a graduate in science/Diploma in fire safety/fire Engineering.

OR

b) Should have experience of working as HSE officer at least for 01 (One) year

in any E&P company or service provider to E&P companies.

(ii) Health, Safety & Environment experience includes implementation of HSE

policies, Work Site Inspection & hazard Identification, Training of employees, Task

risk Assessments, Permit To Work systems, pre job safety meeting, Accident,

incident and Near Miss Investigation & analysis, Report making & Record

Keeping, Selection of PPEs suitable for work activity & work environment, Work

site Inspections & Audits, and Emergency Response Planning & Loss Control

programs, taking precaution for pollution control and environmental

management. Should have knowledge on ISO, ISRS etc.

(iii) Should be conversant with various sequence of operation in drilling rig.

Page 58: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 8 of 37

(iv) Should have fair idea of Mines Act'1952 & OMR. 1952 & OMR. 2017 and all other

Rules (Mines Rule, 1955, MVTR1966) Regulation (OMR1984) circulars and

notification hereunder or any revision of these time to time.

(v) Should have fair idea of use of PPE and other safety/pollution rules & measures

pertaining to drilling operation.

(vi) Should have fair idea of Environment Act'1986 and all other Rules, Regulation,

circulars and notification hereunder or any revision of these time to time.

Note:

* The experiences & qualifications are not exhaustive; however company may

reject or accept a person without assigning any reason.

* Emphasis for selection shall be on the job performance & output. At Company's

own discretion, may accept a person relatively under qualified & less experience

based on his performance and output.

If any vacancy arises during running of the contract, at Company’s own

discretion, contractor can fill up the vacancy by promoting the one step

lower rank person.

4.0 JOB DESCRIPTION:

4.1 Tool Pusher/Tour Pusher/Night Tool Pusher:

Tool Pusher must possess leadership quality to motivate the team for excellent

performance and output and responsible for 24 hours operation of the rig. He

shall be the co-coordinators of contractor at well site, for acquiring consumables

and spares as required for the rig, well in time, to avoid down time. He shall be

the competent person from drilling to handle independently any down hole and

well control problem and shall be responsible for maintenance and repair all the

equipment related to the rig. All break down, well killing, down hole problems,

critical operation and routine maintenance work shall be carried out under his

direct supervision at the well site. Critical operations shall be identified by

Company representative. He shall endorse DPRs to ensure proper time break up

and correct entry of all the jobs carried out during the tour and shall hand over to

Company representative in the preceding day.

He shall receive instruction from Company representative daily/shift basis and

execute operation as per instruction and well policy or GTO.

He shall make schematic drawing layout of rig in consultation with Company

representative for placement of rig equipment and accessories to avoid double

shifting during ILM and plan schedule of transfer and placement for speedy and

effective ILM.

Safety of man and equipment also shall be his responsibility also ensure

compliance of all safety rules/regulation in rig and maintain record

keeping/documentation in this regard as instructed by company representative.

He shall not allow any body at well site to work without proper PPE.

Page 59: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 9 of 37

He [shall have valid IWCF (Supervisory Level) certificate] must be able to

detect/control well kick at right time and confident to kill the well independently.

To ensure use of proper personal protective equipment by workmen while at work

shall be his responsibility.

4.2 Driller:

Driller shall be responsible for operation of the shift. Shall operate brake and

handle Drawworks/pumps etc. during drilling/round trips/lowering casings in

and during any critical well operation where better control is required. Rig up/rig

down of mast shall be carried out by him in presence of Tool pusher. He shall

keep abreast himself with each and every operation happening around derrick

floor and within the well site for issuing cold and hot work permit. He shall

communicate regularly the happening at well site to Tool pusher and Company

representative as instructed. He shall ensure periodic function test of BOP and

detect early indication of well kick and take appropriate actions immediately to

contain impending blow out. He shall carry out BOP drill/Tool box meeting

regularly and Job safety analysis before start of any critical operation and proper

record be maintained. DPR shall be written indicating time break up for each

operation and regularly be sent to company through Tool pusher. Detailed tally of

tubular and dimensional sketch of tools lowered in hole shall be done by him

without fail. He shall receive instruction from Company representative daily/shift

basis and ensure operation as per order and well policy or GTO. He shall identify

all the size of tubular and API connections.

He [shall have valid IWCF (Driller Level) certificate] must be able to detect/control

well kick at right time and confident to kill the well independently.

All down hole and surface problem in drilling operation shall be promptly detected

and remedial measure be taken immediately as per best drilling practices.

The preventive maintenance of drilling equipment and other accessories of the rig

shall be carried out as per check list provided by Company representative.

During ILM he shall carry out dismantling of all the equipments with other crew

member as per procedure and it is necessary to place equipment of rig at specific

place precisely during rig up, the rig lay out drawing shall be understood properly

and placement be done without double handling.

Preserving clean/tidy environment of well site with better housekeeping shall be

driller's responsibility. Use of proper personal protective equipment while at work

shall be mandatory for him.

He shall ensure that person working in the rig use proper personal protective

equipment and debar those who disobey the rules.

4.3 HSE Officer:

Shall be solely responsible for all the safety related matters of the rig such as

issue of PPE to all the personnel working in the rig and ensure make use of same

Page 60: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 10 of 37

by each and every body. He shall visit well site regularly to supervise and ensure

compliance all safety regulation and rules.

Use of proper personal protective equipment while at work shall be mandatory for

him. Consumption of alcoholic beverage at work place or working in inebriate

condition and unruly behaviour with co-worker shall be strictly avoided.

Duties & responsibilities include safety during drilling site preparation, rig up, rig

down & rig move, raising & lowering mast, rig floor operations like making &

lowering BHA, cementing job, tripping in /tripping out tubular, safety meeting

during crew change, pre job safety meetings, routine inspections & drilling

/workover rig inspections, preparation of job specific SOP in local language, ERP

(Emergency Response Plan), Risk Register, preparation of Job Safety Analysis,

Permit to Work systems, investigation & analysis of accidents, incidents & near

miss. To follow all DGMS, OISD & MoEF guidelines and submit return at specified

intervals.

Responsible for designating "Safe Briefing Area" and advising all personnel of the

"current" safe briefing area

Responsible for issuing safety equipment to all personnel arriving at rig and

ascertain that all personnel use and maintain these equipment properly

Responsible for designating location entrance and exit.

4.4 Assistant Driller:

Assistant Driller shall operate brake and handle Drawworks/pumps etc. for any

operation of the rig as instructed by Driller. If the Driller is not in derrick floor and

any abnormality in down hole or surface is noticed while operating brake, he must

bring the same to notice of Driller immediately or may take remedial measure as

deem fit without causing damage to hole and equipment. He shall ensure rig

pumps are lined up correctly before start of drilling and all solid control

equipment are in working condition including repair/maintenance of same. Shall

check physically pump strokes and pressure regularly and record shall be

maintained to detect wash out/plug nozzle etc. He may work in double board

occasionally if necessary to relief assigned Top Man. He shall identify all the size

of tubular and API connections. Use of proper personal protective equipment while

at work shall be mandatory for him and must possess valid MVT certificate and

knowledge of firefighting at well site.

4.5 Top Man:

Top Man shall work mainly in Thribble/double board of the rig for

latching/unlatching elevator and racking of tubular during round trips and any

other works need to be carried out at any height of the mast. He shall alert Driller

for any imperfection noticed on mast for which he shall physically check the mast

and crown every day. Greasing of crown and function test of top man escape

device shall be his responsibility. Racking of tubular properly on the rack with the

help of crane including cleaning/measuring/flushing with water and rejecting

damaged joints shall be his responsibility. Rigging up of BOP/wellhead and

tightening of same shall be done by him with the help of other crew. He shall be

responsible to work at any height of the mast due to repair /inspection or regular

work.

Page 61: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 11 of 37

Use of proper personal protective equipment while at work shall be mandatory for

him and must possess valid MVT certificate knowledge of firefighting at well site.

4.6 Rig Man:

Rig Man shall work mainly on derrick floor to help Driller/Assistant driller during

round trip and drilling by handling rig tongs and slip. Operation of winch and

cathead for spinning and lifting equipment shall be his responsibility. Cleaning up

derrick floor/Drawworks and any associated equipment of the rig shall be carried

by Rig Man.

Use of proper personal protective equipment while at work shall be mandatory for

him and must possess valid MVT certificate knowledge of firefighting at well site.

4.7 Rig Electrician:

Rig Electricians shall have to carry out shift duty (in 12 hrs shift) and shall have

to attend and rectify electrical faults. He is responsible for proper housekeeping of

generator house, electrical ghoomties and PCRs etc. Rig electrician is responsible

to check Abnormal heating of plugs/sockets/terminal box/junction box/MCC

components etc., Abnormal vibration, overheating, and bearing noise of all

rotating electrical machines, connection, testing & commissioning of new electrical

equipments/additional electrical gadgets. During rig up time, he is responsible for

erection of electric poles for fixing up of light fittings and to support overhead

cables, burying of electrodes for earthing of PCRs, gen-sets, ghoomties, motors,

light fittings, shades, mast etc., insulation resistance testing all the electrical

equipments (e.g. Generators, Motors, Cables, transformers etc.) & recording, earth

resistance testing & recording, insulation testing of all cables, motors, generators

etc., powering up of DCPCR & ACPCR, commissioning of all the Electrical

equipments including EC brake, installation & commissioning of new/additional

electrical equipments/gadgets. During rig down time he is responsible

disconnection of generators, motors, light fittings, dismantling of electrodes,

electric poles, cables, earthing system etc., box up of cables, electrodes, small

motors, light fittings etc. for safe transfer to the next location etc.

Use of proper personal protective equipment while at work shall be mandatory for

him and must possess valid MVT certificate knowledge of firefighting at well site.

4.8 Mechanic (ICE):

Mechanic (ICE) shall be responsible for operation, preventive maintenance and

repair of all engines connected to rig including Air Compressors, Mud Agitators,

Welding Machine, Fire Pump etc. as per instruction of Company representative

(Drilling #TS). Preventive maintenance shall be carried out as per check list

provide by Company representative (Drilling #TS) and proper record shall be

maintained. In addition to the above jobs, he will have to carryout minor

maintenance jobs of Draw-works, EC Brake, BOP Control Unit, Solid Control

equipment, Power Tong unit, Kill Pump etc. The incumbent should be conversant

with Safe Operating Procedures and oilfield related Safety & Environmental

practices.

Page 62: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 12 of 37

He shall maintain record of running hours for periodic maintenance of engines

and log sheets for engine performance monitoring. Use of proper personal

protective equipment while at work shall be mandatory for him and must posses

valid MVT certificate knowledge of firefighting at well site.

4.9 Assistant Mechanic (ICE):

Assistant Mechanic (ICE) shall always be in touch with the Mechanic(ICE) and

perform his day to day activities as assigned by Mechanic(ICE). Assistant

Mechanic (ICE) shall be responsible for smooth operation of all the engines at well

sites including Rig engines without any shut downs.

4.10 Mechanic (Pump):

Mechanic (Pump) shall be responsible for operation, maintenance and repair of all

the reciprocating and centrifugal pumps connected to the rig including all the

solid control equipment. Preventive maintenance shall be carried out as per check

list provide by Company representative (Drilling #TS) and proper record shall be

maintained. He shall also be responsible for O&M of Pulsation Dampener, Safety

relief Valves, various HP/LP valves, pipe & fittings, etc. In addition to the above

jobs, he will have to carry out minor maintenance jobs of Solid Control equipment,

Choke Manifolds, BOP Control Unit etc. The incumbent should be conversant with

Safe Operating Procedures and oilfield related Safety & Environmental practices.

He shall maintain record of running hours for periodic maintenance of pumps and

log sheets for pump performance monitoring. Use of proper personal protective

equipment while at work shall be mandatory for him and must posses valid MVT

certificate knowledge of firefighting at well site.

4.11 Assistant Mechanic (Pump):

Assistant Mechanic (Pump) shall always be in touch with the Mechanic (Pump)

and perform his day to day activities as assigned by Mechanic(Pump). Assistant

Mechanic (Pump) shall be responsible for smooth operation of all the pumps at

well sites including Rig pumps without any shut downs.

4.12 Mud Attendant

I. To maintain mud parameters as per detailed mud policy.

II. To test all required mud parameters as specified at least once per shift.

III. To monitor at hourly interval the important parameters of drilling fluid viz density,

M/T viscosity, and temperature of both in going and out coming mud keep

records.

IV. To measure important parameters of Reserves mud viz density, M/F viscosity

twice in the shift.

V. To monitor and ensure chemical treatment required for proper maintenance of

mud parameters.

VI. To monitor critically mud loss and/or mud gain, indication of gas cut many other

unusual changes in the mud system during drilling/circulation and to corrective

measures in consultation with Contractor's supervisor.

Page 63: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 13 of 37

VII. To maintain all adequate stock of mud volume (circulating + reserve) as required.

VIII. To monitor and record hole fill up volume and displacement volume of drilling

fluid during round trips and during running in of drilling string/casing.

IX. To monitor and keep records of stock and consumption of mud/mud chemicals

and indicate the requirements to their supervisor well in advance (2-3 days in

advance) so that supervisor can inform the Company representative.

X. To take circulation test and to calculate hydraulics during drilling operation and

to report their supervisor to forward the same to Chief Chemist/Company's

representative.

XI. In case of stuck pipe, to prepare and spot spotting fluid/OBM etc. as required. In

case of loss circulation to prepare and spot LCM pill etc. as required.

XII. To prepare pre flush formulations and gauging water for well cementation as

required.

XIII. To measure and record cement slurry weight and viscosity during cementation.

XIV. To carry out any other mud/cement related jobs as required.

XV. To prepare a shift report.

4.13 Welder:

Welder shall carryout all the routine welding jobs arising out of well operation as

well as for breakdown of any equipment as per instruction of Driller or his deputy.

He must be capable of welding well head and accessories which requires job

specific experience and practice. The welding jobs carried out by him shall be of

better quality to withstand high pressure. It shall be necessary for him to work up

in the mast sometime for repair work. Use of proper personal protective

equipment while at work shall be mandatory for him and must possess valid MVT

certificate including trade certificate knowledge of firefighting at well site.

4.14 Electrical Supervisor

1. Electrical Supervisor shall be responsible for supervising all the electrical works

related to operation and maintenance of the Rig. He is responsible for all electrical

jobs to be carried out during rig up, work over operation, and Rig down and

supervise all electrical jobs carried out by Rig Electrician.

2. He shall look for healthiness of all the Electrical Equipments at site, carry out

schedule maintenance jobs.

3. He shall be responsible for measurement and record of Earth Resistance and

Insulation Resistance of all Electrical Items.

4. He shall supervise Power up of ACPCR and carry out synchronisation of

Generators during operation. He shall monitor the operation of the Generators

and record operational parameter of Generators.

5. He shall supervise installation & commissioning of new/additional electrical

equipment/gadgets.

6. He shall oversee the safety function of the Electrical jobs.

Page 64: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 14 of 37

7. He shall prepare the Commissioning report of the Rig

8. He shall carryout shift duty.

9. Routine maintenance & statutory duties, responsibilities: -

a) He shall have to carry out routine day to day maintenance and keeping of

all maintenance records.

b) He shall have to test and record the ELCBs periodically.

c) He shall attend and carry out the fault finding analysis & fault rectification

of all the electrical equipment such as Generators and Generator control

panels, Motors, Starters, FLP equipments, lighting circuits of Drilling or

work over Rigs including Air Conditioners during operation

d) Electrical Supervisor shall discharge the duties and responsibilities of a

competent person (Electrical discipline) as specified by lE Rule, OMR,

DGMS and OISD guide line. He shall be responsible for keeping Statutory

Records up to date.

e) Use of Proper personal protective equipment while at work shall be

mandatory for him and must possess valid MVT certificate and knowledge

of firefighting at well site.

Note:

Electrical Supervisor shall have to carry out any additional jobs which may arise due to

operational/maintenance necessities and have not been mentioned or specified in the

contract. Use of proper personal protective equipment while at work shall be mandatory

for him

4.15 Telephone Attendant cum Office Boy:

Telephone Attendant cum Office Boy shall recognize each key personnel working

in the rig by designation & name to call them from work to attend telephone. He

shall have fair idea about various operation and terminology used in drilling to

understand callers viewpoint while attending telephone call. He shall work as

Office Boy in company's representative office during his visit to well site.

Use of proper personal protective equipment while at work shall be mandatory for

him.

4.16 Other Unskilled personnel:

Unskilled helper shall assist key personnel (Mud Attendant, Mechanic Pump/ICE,

and Electrician) as per assignment fixed by Tool Pusher/Driller on day to day

requirement basis. Generally, four numbers of helper shall be engaged per shift .

Use of proper personal protective equipment while at work shall be mandatory for

him. Consumption of alcoholic beverage at work place or working in inebriate

condition and unruly behaviour with co-worker shall be strictly avoided.

Page 65: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 15 of 37

NOTE:

i) The Contractor will not engage any employee of the company who has resigned

from the service of the company for at least two years earlier from the date of such

engagement except with the express approval of company Management

(competent authority).

ii) Consumption of alcoholic beverage at work place or working in inebriate condition

and unruly behaviour with co-worker shall be strictly avoided .

5.0 Approval of Manpower:

Prior approval of key personnel shall be obtained by contractor from company's

representative before engaging at well site. The application for approval must be

accompanied by proof of experience, qualification, recent photograph, &

undertaking as per ANNEXURE-II

6.0 Crew deployment pattern and working hours :

Contractor shall engage crew as per clause 3.1 A & B. The working hours for the

rig operation shall be round the clock and in two 12-hourly shift. Necessary

approval for 12 hours shift shall be obtained by contractor from DDMS before

start of operation.

7.0 DETAILS OF SERVICE TO BE PROVIDED BY CONTRACTOR:

Contractor shall be engaged for drilling shallow wells (around 1600 m) with

medium/heavy duty Workover rig. The casing policy of such wells is generally 02

stage of casing sizes 9.5/8" and 5.1/2". However, 03 stage casing policy may also

be used depending on well design.

Broad guidelines of job involvement on the part of contractor are given below:

i. Drilling of hole of sizes ranging from 17½" OD to 4.5/8" OD.

ii. Conventional coring operation as per policy.

iii. Reaming/hole opening and hole probing.

iv. Lowering of different sizes of casing from 13.3/8" OD to 4½" OD.

v. Round tripping with any type of tubular and any downhole tools such as bit,

fishing tool, Rotovert and packer etc.

vi. Well head completion and testing of well head at various stage of drilling

including hermetical testing.

vii. Circulation of drilling and Workover fluid in hole.

viii. Shall have to save drill cuttings and collect/rerecord gas readings as

instructed by Company representative.

ix. Facilitate/help company's cementing crew to carry out cementing job.

x. Working on stuck pipe as per instruction of Company representative.

xi. Cut and slip of casing line as per recommended drilling practice.

xii. Preventive and break down maintenance of rig equipment and ancillaries at

well site except major breakdown for which contractor personnel is not

qualified, or cannot maintain or repair, with manpower and tools.

Page 66: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 16 of 37

xiii. To carry out fishing operation using various fishing tools.

xiv. Breaking and laying down of tubular on completion of well.

xv. Cleaning out cement/float collar/shoe and milling junk in hole.

xvi. Facilitate/help company's crew to carry out productivity/injectivity test etc.

Such tests and services may include, without limitations, electric logging, drill

stem tests, perforation casing, acidizing, well activation operation by Coil

Tubing and Nitrogen Pumping, fracturing and acid fracturing.

xvii. To carry out isolation repair/casing patch job etc.

xviii. To prepare drilling/Workover fluid and maintain properties as per policy.

xix. Shall have to check and start rig engines, rig pumps, kill pump and other

ancillary pumps and engines and keep them in good operating condition.

xx. Rig up/rig down mast including centering with respect to rotary table,

assembling and disassembling of all rig equipment and ancillaries including

piping and electrical connections work required during inter location

movement (ILM).

xxi. To hook up all surface connections related to production testing at well site

including rigging up/testing of x-mass tree & its accessories under direct

supervisor of Company representative (Production).

xxii. Installation/connection/commissioning and dismantling of alternator, switch

board, motors, light fittings with erection of poles for illumination of area and

rig.

xxiii. In the event of any fire or blowout, shall use all reasonable means at their

disposal to protect the well/men/equipment and bring the fire or blow out

under control.

xxiv. Any other services pertaining to oilfield operation shall be carried out by

contractor as per instruction of Company's representative.

8.0 ASSOCIATED SERVICES: Following associated services shall have to be

performed by contractor under scope of work of the contract:

8.1 INTER LOCATION MOVEMENT (ILM):

Contractor shall have to complete Inter Location Movement (ILM) activities from

one location to the forward location as advised by Company with Contractor’s own

fleet and man-power. Contract rate for ILM shall be payable with the following

conditions:

(i) ILM for a distance of 30 (thirty) km shall have to be completed within 12 (Twelve)

days. For excess kilometerage, the time allowed shall be in proportions of 1 (one)

day for each 30 km or part thereof.

(ii) The time for inter-location movement suspended by force majeure, shall be

extended by the period for which the Force majeure conditions last. No day rate of

crew will be payable for extended period due to force majeure conditions.

(iii) No other rate shall be payable during ILM other than the ILM rate.

(iv) The ILM charge shall be discounted by 5% of total cost for ILM for each day's

delay beyond the stipulated days, payable for that particular rig movement.

Page 67: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 17 of 37

(v) Cranes, trailers truck etc. required for the ILM shall have to be arranged by

contractor and charges of which are included in the ILM charge. However the

crane deployed by the contractor for day to day rig operation, may be utilized

during ILM.

(vi) Safe handling of rig equipments during ILM shall be the responsibility of

Contractor. Cost of damage of the rig equipments due to negligence of Contractor

like mishandling, if established, shall be recovered from the contractor.

(vii) During Inter-location Movement, any left out consumables including but not

limited to, well head, casing, tubing or any kind of tubular, bits, chemicals,

barytes, bentonite etc. should be collected, loaded, unloaded, stored, handled,

transported between locations by the Contractor or as directed by OIL.

(viii) ILM of Carrier and Mast of the rig package will be done by the Company (OIL) and

Contractor shall provide all support including manpower during movement of

Carrier and Mast.

8.2 Crane service:

Contractor shall have to provide 01 (One) no. of Diesel Hydraulic, Truck mounted,

Telescoping Boom mobile crane of 40 Tonne minimum capacity at well site with

operator and helper for day to day rig operations.

Mobilisation of the crane shall have to be done along with personnel within 45

(Forty Five) days from the date of issue of LOA. Payment for the crane shall be

made as per contract rate with following conditions:

(i) Operating day rate for the crane shall be payable from the date and time of

completion of mobilization of the crane till Rig release. No any payment including

day rate shall be payable for the crane during ILM.

(ii) Zero rate of the crane shall be payable for shut down period of the crane as

certified by Company. If rig operation remains shut down due to non-availability of

the crane, zero rate shall be payable for the day rate of crew (man-power) as well

as for crane. If Company decides to continue operation without the service of

Contractor's crane, 80% of day rate for crew shall be payable. However, no

payment shall be made during shut down period for the crane.

9.0 EQUIPMENT & SERVICES TO BE FURNISHED BY THE COMPANY TO THE

CONTRACTOR FOR EXECUTION OF THE CONTRACT:

9.1 Tools & Equipment: The drilling rig, equipment, tools, materials, ancillaries &

instrument and other services shall be provided by the Company at the location,

the details of which are given below:

i) The drilling unit deployed by the Company hereunder shall be fully equipped and

capable of drilling and completing the wells in the locations specified by the

company. The drilling unit and all other equipment, materials to be provided by

the Company will be under the terms of this Contract. The Contractor shall

Page 68: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 18 of 37

maintain the drilling unit, equipment and all the accessories supplied to them by

the Company in a good operating condition. The drilling rig will be medium duty

Workover Rig DM-5 or any other Workover Rig.

The Drilling unit having Carrier & substructure, pumps, engines, tanks, solid

control system and other ancillaries to make a complete rig package.

ii) Blowout preventer with other well control accessories and necessary fittings

including shut-in valve.

iii) Choke and kill line with necessary manifolds.

iv) Fishing tools/milling tools as and when required.

v) Drilling string, drill collars, casing pipes, rotary substitute.

vi) Tubing, pup joints

vii) Casing line/sand line.

viii) Handling gears for different types & sizes of tubular; links, travelling block, hook,

hydraulic power tubing tongs.

ix) Logging unit and tools at the time of logging.

x) Wireless/Telephone (OIL) between rig and the Company's office

xi) Adequate generator for rig and rig site. This will be fully equipped for

electrification complete with lighting & fittings.

xii) Water pumps, water storage tanks and lines and necessary connections for supply

of water at rig.

xiii) Mud storage tank, salt solution/storage tank with necessary lines and connection.

xiv) Necessary extra lines and fittings as may be required depending upon well sites.

xv) Company will provide well site office for both contractor's use and also OIL's

representative.

xvi) The Contractor will be provided with mud testing equipment during the

contractual period depending on operational requirement and it will be the sole

responsibility of the Contractor to maintain those in working condition during

the contractual period and return the same in working condition on completion

of contract. Any damage to such equipment, replacement cost will be recovered

from the Contractor.

xvii) Power tongs & hydraulic unit with accessories

xviii) Fire trailer with accessories.

9.2 Consumables: All the Consumables required to carry out drilling operation ,

shall be issued by Company. However, contractor shall maintain proper record of

such items received from the company and shall return unused items to

designated place as directed. Contractor shall give requisition for day to day

requirement in the prescribed format. The requisition for materials should reach

concerned office latest by 8:00 AM and materials should be collected as per

instruction of Company representative from the designated place. Following are

the list of consumables that Company shall provide for drilling and other

operation under the contract:

i) Fuel for drilling rig and operating Crane, spare parts for pump and

generating set engines, water pump engines.

ii) Indigenous grades of Hydraulic oil, lube oil, cleaning oil, grease etc, jute &

tong dies.

iii) Wipers for tubular.

Page 69: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 19 of 37

iv) Rubber drill pipe protector and thread dope.

v) Drill bits.

vi) Cement and drilling fluid chemicals.

vii) Workover fluid, packer fluid, including chemical additives, acids for

stimulation and cement for isolation repairs.

viii) BOP maintenance spares for on-site operation.

ix) All spares & consumable required for normal operations or needed for the

maintenance of the company's equipment.

x) Provision of water source at well site.

xi) All well tubular & consumables as may be required and necessary.

9.3 SERVICES TO BE PROVIDED BY COMPANY:

i) Transportation of the Company's equipment and consumables to well site from

Duliajan, which are not possible to transfer by light truck to be provided by

Contractor and not considered as daily consumable viz. casings, well heads,

tubing etc.

ii) LDO, LWC in tanker, cement and all mud chemicals in truck load shall be

transferred by Company.

iii) Transportation of company personnel.

iv) Provision of crew's hut, drilling office at well site as per Company's standard.

v) Wellsite preparation as per standard practice of OIL.

vi) Wellsite plinth maintenance

vii) Cementing and testing services, mud policy with mud engineering, guideline and

time to time supervision on mud engineering.

viii) Well logging services

xi) Medical facilities in the company's hospital on PAYMENT basis.

xii) The security in house or CISF shall be provided by the Company at work site at its

cost. However, the Contractor will also have to exercise adequate care as

custodian of Company's equipment, materials etc.

xiii) Company will provide all the infrastructure for deploying company’s own security.

9.4 EQUIPMENT TO BE PROVIDED BY CONTRACTOR:

i) A computer with Laser Printer and stationary related to computer & Printer

ii) Internet connection (dongle) which will be in addition to OIL's internet facilities

iii) Ambulance

10.0 DETAILS OF MINOR REPAIR TO BE CARRIED OUT BY CONTRACTOR:

i) Adjustment of friction brakes, day to day maintenance of Rig equipments, periodic

maintenance of engines, pumps, air compressor, High pressure valves etc.

ii) Identify & repair any air supply anomalies or any other fault to Drawworks and

Clutches etc., repair/replace/adjust and tightening of various chains, guards and

bolts.

iii) Identify fault and repair of rig ancillaries such as engines, pumps, generator etc.

iv) The term minor repair shall be construed as break down repair that can be taken

up by contractor independently or in supervision of company's personnel at well

site. However, Company's representative as per his conscience & experience shall

decide minor or major repair and contractor shall abide by his decision.

Page 70: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 20 of 37

v) During major maintenance, Contractor shall have to extend necessary help by

providing sufficient man power to carry out major maintenance under the

supervision of company's personnel, without effecting rig operations.

11.0 WATER MANAGEMENT:

i) Contractor shall take care for strict control for use of water because wastage of

water, increases discharge of water to effluent pit may aggravate pollution

problem.

ii) Any leak through valves, glands, pipe joints, hoses etc. shall be contained

immediately by the contractor to avoid spillage.

iii) Contractor shall ensure all unavoidable discharges directed to effluent pit through

channel.

iv) Effluent pit line shall be laid up to the near the Gate of well plinth by company.

However, connecting to well site pump with the pit line and pumping to nearest

dry pit shall be contractor's responsibility. Company's representative shall be

informed immediately about leak on the said line during pumping out effluent.

12.0 EFFLUENT/POLLUTION CONTROL MEASURE:

i) Contractor shall ensure and check regularly for any leakage/seepage/overflow of

effluent from the pit to surrounding public properties.

ii) Notice of any imminent breach of effluent bund and wall shall be informed by

Contractor to Company Representative well in time to take corrective measures.

iii) Utmost care shall be taken by Contractor not to spill any

lubricant/chemical/HSD/LWC etc. used in drilling and any spillage shall be

collected from plinth or effluent pit to dispose at designated place as per

instruction of Company's representative.

iv) Spillage of effluents to nearby public properties and attributes to be due to

contractor personnel's negligence, the dispute and compensation on this effect to

affected people shall be on contractors account. However, if damages caused are

not due to contractor personnel's negligence, the entire responsibility shall be on

company.

v) Sound pollution arising out of engines/other equipment used in the rig and any

compensation on this effect to affected people shall be Company's responsibility.

However, contractor personnel shall try their best to minimize such pollution with

the resource available on hand.

13.0 CIVIL WORK & SOURCE WATER TUBEWELL:

i) Company shall prepare plinth and foundation as per design and drawing of the

company.

ii) Company shall continue maintenance of plinth throughout the operation of the

well and make necessary drains/lines to evacuate water/mud to effluent pit.

iii) Sinking of tube wells (both deep and shallow) shall be Company's responsibility.

However, selection of deep tube well point in well plinth shall be Contractor's

responsibility.

iv) Fixing and grouting of false conductor, pump delivery and manifold support etc.

shall be Company's responsibility with Company's material. Contractor needs to

extend necessary help.

Page 71: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 21 of 37

v) Erection of temporarily shades shall be Company's responsibility with Company's

material.

vi) Erection of security fencing and hut/telephone hut shall be Company's

responsibility with Company's material.

vii) Company shall make two toilets for Officers & Work Persons at well site for the

use Company's & Contractor's personnel. Cleanliness of the toilets shall be to

Contractor's responsibility.

viii) Evacuation and disposal of cuttings from retainer pit and all maintenance work in

the plinth shall be Company's responsibility. However, Contractor's personnel

may be engaged by Company, if felt necessary, without affecting day to day rig

operations.

14.0 TRANSPORTATION OF MEN & MATERIAL AND WELLSITE STANDBY

VEHICLE:

i) Contractor shall collect daily consumables from the company's designated places

and transport these to well site by their own transport but limited to capacity of

light truck only. Also collect all unused consumables and equipment/tools from

well site and hand over same at company's designated places.

ii) All tubular such as casings, tubing, cement, mud chemicals, HSD & LWC and any

other equipment/material that Company representative decides to transfer for

well operations shall be Company's responsibility. However, contractor shall

extend all possible help like providing crane services etc.

iii) During inter-location movement Contractor shall provide reasonable number of oil

field trucks, trailers, cranes etc. for movement of equipment and materials.

Contractor personnel shall plan the sequence of transfer with the consultation of

Company representative for effective and speedy rig movement.

iv) Company shall transport their crew by their own vehicle but Contractor shall

transport their crew by their own means for to and fro to well site/any other place.

v) Contractor shall provide a well site ambulance fully equipped with oxygen

cylinder, stretcher, splinter, first aid box etc. to transfer injured personnel for any

emergency/accident during operation time.

15.0 FIRST AID & MEDICAL FACILITIES:

i) Suitable First aid medical service shall be provided by Contractor at well site. The

Contractor shall make available at all times during entire contractual period

sufficient quantity of first aid equipment & medicine to meet any emergency.

ii) Medical Facilities: The Contractor shall arrange for first aid and medical

emergency facilities & equipment including an ambulance on 24 hours basis at

Contractor's cost.

16.0 SECURITY:

Company shall arrange security in all drilling/rig down & rig up wells for

Company's materials & equipment. FIR shall be lodged by contractor for any theft from

Page 72: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 22 of 37

well site or untoward incident at well site and copy of FIR shall be submitted to

Company's Representative. Cost of lost materials will be on Contractor's account if FIR is

not lodged.

-END OF SECTION-I-

SECTION - II

SPECIAL CONDITIONS OF CONTRACT

1.0 DEFINITIONS:

1.1 In this contract, the following terms shall be interpreted as indicated:

a) The "Contract" means agreement entered into between company and

contractor, as recorded in the contract document signed by the parties,

including all attachments and appendices thereto and all documents

incorporated by reference therein.

b) The "Contract price" means the price payable to contractor under the

contract for the full and proper performances of its contractual obligations.

c) "The work" means each and every activity required for the successful

performance of the services described in Section IV of the tender document

and under guideline of Section " III as set out hereof.

d) "Company" means Oil India Limited (OIL) and its executors, successors,

administrators and assignees.

e) "Contractor" means the individual or firm or body incorporated performing

the work under the contract.

f) "Commencement Date" means the date in which the first well/drilling rig

under this contract taken charge of by the Contractor (applicable in case of

delay in mobilization only, otherwise as per Clause 1.1).

g) "Site" means the location (s) where the services are to be carried out, duly

approved by the company for the purpose of the contract together with any

other places designated in the contract as forming part of the site.

h) "Contractor's Representative" means such person or persons duly

appointed by the Contractor thereof at site to act on contractor's behalf and

notified in writing to the company.

i) "Day" means a calendar day of twenty four consecutive hours beginning at

06.00 hrs and ending at 06.00 hrs on the next day.

j) "Approval" as it relates to company, means written approval.

Page 73: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 23 of 37

k) "Facility" means and includes all property of company owned or hired, to be

made available for services under this contract described in section IV

which is or will be a part of the company.

l) "Company's Base" means Duliajan/or subsequently changed place from

where the equipment, spares, consumables etc. will be

supplied/transported to the well site (location).

m) "Certificate of completion" means certificate issued by the company to the

contractor stating that he has successfully completed the works/jobs

assigned to him and submitted all necessary reports as required by

company.

n) "Mobilization" means the deployment of specified personnel and Crane as

per Company's requirement under this contract for drilling operations.

Payment for mobilization will be made to the Contractor upon

commencement of operation at the first well assigned to the Contractor.

o) "Base camp" means the camp/hired accommodation where the Contractor's

personnel shall reside for carrying out the operations. OIL shall not assume

any responsibility towards selection of land, operation, maintenance etc. of

camp/Accommodation.

p) "Rig up" means, receiving of materials in new location and unloading of the

same, placement/alignment of all tanks. Power packs, PCRs and all pumps

& their hooking up, substructures, fixing and rigging up of mast after

complete assembling. Rig up Company's sub-structure, mast at the present

location and to make the rig ready for spud in the well after drilling mouse

hole & rat-hole.

q) "Spud" means starting of drilling after completion of rig up in a particular

location.

r) "Rig down" means (after completion of drilling in a present location and

immediately after declaration for rig down) rig down of Mast, all Pumps,

Tanks, all lines, Power packs, PCRs including disassembling of Mast &

Sub-structure, and make ready to move to next location along with all

other fittings, tubular and accessories. The loading of Rig Package on

transport fleet provided by the company.

s) "Utility services" means services to be rendered in case camp is set up by

Company (OIL) for drilling Exploratory/Semi-exploratory wells at remote

locations. The contractor shall provide the services of all kind as described

in scope of work.

t) "Break down maintenance" is defined as the repairing of any rig equipment

or ancillaries for which operation is shut down and repairing of same can

be attended at site.

u) "Preventive Maintenance" is defined as the lubrication and routine check-

up jobs for rig equipment & ancillaries.

Page 74: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 24 of 37

v) "BOP" is blow out preventer used for well control and shut the well in case

of emergency.

w) "PPE" is the personnel protective equipment required to use by each person

while working in oil mines.

x) "ILM" time is the time from declaring rig down in a particular well to spud

of the next well.

y) "IWCF" is International well control forum and their certificate is essential

to work in oil & gas well.

z) "NCTU" is nitrogen coil tubing unit

aa) "NPU" is nitrogen pumping unit

bb) "BHP" is bottom hole pressure

2.0 EFFECTIVE DATE, MOBILISATION TIME, DATE OF COMMENCEMENT OF

THE CONTRACT AND DURATION OF CONTRACT:

2.1 EFFECTIVE DATE: The contract shall become effective as of the date Company

notifies Contractor in writing (through Letter of Award) that it has been awarded

the contract.

2.2 MOBILISATION TIME: Contractor shall have to mobilize their personnel

(complete crew) along with 40 MT (Minimum) Crane and other equipment at the

first designated well site within 45 (Forty Five ) days from the date of issue of

LOA. Contractor shall be intimated about the location of well after the issuance of

LOA. The mobilization charge of crew and other equipment shall be payable when

all the contractor's personnel along with Crane and other equipment are

mobilized at operating site, duly certified by the Company's representative.

2.3 DATE OF COMMENCEMENT OF CONTRACT: The date on which the

mobilization is completed in all respects shall be treated as date of

Commencement of Contract.

2.4 DURATION OF CONTRACT: The contract shall be for a period of 04( Four) years

from the commencement date. The terms and conditions shall continue until the

completion/abandonment of the last well being drilled at the time of the end of the

Contract.

2.5 AREA OF OPERATION: The area of the operation as planned is in Upper Assam,

and mostly in the districts of Dibrugarh, Tinsukia and Sibsagar. The rig may also

be moved to Arunachal as per OIL’s operational proframme.

3.0 LIQUIDATED DAMAGES FOR DEFAULT IN TIMELY MOBILISATION:

3.1 Time is the essence of this Contract. In the event of the Contractor's default in

timely mobilization for commencement of operations within the stipulated period,

Page 75: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 25 of 37

the Contractor shall be liable to pay liquidated damages @ 0.5% of 1st year

contract value including mobilization cost per week or part thereof of delay

subject to maximum of 7.5%. Liquidated Damages will be reckoned from the date

after expiry of the scheduled mobilisation period till the date of commencement of

Contract as defined in Clause No. 2.2 above.

3.2 If the Contractor fails to mobilise within 15 weeks after the stipulated date, then

the Company reserves the right to cancel the Contract without any compensation

whatsoever.

3.3 The parties agree that the sum specified above is not a penalty but a genuine pre-

estimate of the loss/damage which will be suffered by OIL on account of

delay/breach on the part of the Contractor and the said amount will be payable

without proof of actual loss or damage caused by such delay/breach and without

any demur and shall not be open for any dispute whatsoever.

4.0 PERFORMANCE SECURITY: The Contractor has furnished to Company a Bank

Guarantee No. _______________________dated_____________ issued by

_______________________ for ___________ (being 7.5 % of estimated Contract Price for 1st

year) valid till ____________ towards performance security. (Not to be filled up by bidder

while submitting the offer in c-Folder. This figure will be filled up by OIL at the

time of award of the contract to the successful bidder.) The performance security

shall be payable to Company as compensation for any loss resulting from Contractor's

failure to fulfil their obligations under the Contract. In the event of extension of the

Contract period, the validity of the bank guarantee shall be suitably extended by the

Contractor. The bank guarantee will be discharged by Company not later than 30 days

following its expiry.

5.0 OTHER CONDITIONS OF CONTRACT:

5.1 CREW DEPLOYMENT PATTERN AND WORKING HOURS:

Contractor shall engage crew as defined in Scope of work of the contract. The

working hours for the rig operation shall be round the clock and in two 12(twelve)

hourly shift. Necessary approval for 12 hours shift, if required, shall be obtained

by the Contractor from the regional office of DGMS, Guwahati before start of

operation.

5.2 Contractor shall issue PPE and dungarees to the drilling regularly to contractor's

personnel and a register shall be maintained at well site with endorsement by

employee and indicating date of issue/replacement etc.

(i) The Minimum PPE schedule to be followed for the personnel employed

under the contract but excluding the unskilled and additional manpower as

follows:

Sl No PPE Quantity per person Periodicity

1 Safety Helmet (DGMS approved) 01 No 03 Year

4 Safety Boot 02 Pair 01 year

3 Ladder hand gloves 01 pair at time As and when required

4 Dungarees 02 (One half sleeve & 2 years

Page 76: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 26 of 37

(ii) However when a PPE is damaged during its legitimate use, it shall be

immediately replaced free of cost by the contractor.

(iii) The above is the minimum requirement, however depending upon the risk,

suitable protective equipment including respiratory protective equipment,

eye protectors, ear protection gloves and aprons.

(iv) Contractor shall at all times maintain a sufficient stock of PPE in order to

ensure immediate supply as and when need for the same arises.

(v) In the event of the contractor failure to adhere in providing the minimum

PPE requirements of the personnel as set out in Clause 5.2 above, penalty

on the Contractor shall be levied at the rate equivalent to the latest

purchase rate by OIL.

(vi) For unskilled and additional manpower PPE schedule to be followed –

Sl No PPE Quantity per person Periodicity

1 Safety Helmet(DGMS

approved)

01 No 03 Year

2 Safety Boot 01 Pair 01 year

3 Dungarees 02 (One half sleeve & one full

sleeve)

2 years

4 Ladder hand gloves 01 pair at time As and when required

5 Other PPE As required As and when required

5.3 SAFETY REGULATIONS & LABOUR LAWS:

Contractor shall observe such safety regulations in accordance with acceptable

oilfield practice and applicable Indian Laws. Contractor shall take all measures

reasonably necessary to provide safe working conditions and shall exercise due

care and caution in preventing fire, explosion and blow out, and maintain fire and

well control equipment in sound condition at all times. Contractor shall conduct

such safety drills; BOP tests etc. as may be required at prescribe intervals.

5.3.1 The designated key person shall work as competent person on behalf of

Installation Manager (Company representative) and shall be responsible for

compliance of all safety rules and practices. Contractor shall maintain all records

pertaining to safety regulation as per instruction of Company and shall update

regularly for inspection by Mines authority time to time at well site.

6.0 GENERAL OBLIGATIONS OF CONTRACTOR:

6.1 The Contractor shall have to bear the responsibility for employment matters and

any problem in this regard inclusive of employment of local people and other

issues pertaining to the Contractor's operations with Oil India Limited (OIL). In

case there is any disruption of work at the well site under such conditions, as

one full sleeve)

5 Other PPE As required As and when required

6 Safety Belt As required As and when required

Page 77: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 27 of 37

stated above, the Contractor will be paid at 'Zero' rate for first 24 (twenty four)

hours of affected period beyond which penalty will be levied at proportionate

operating day rate in addition to zero rate.

6.2 The Contractor shall also have to comply with all types of labour wages rates

applicable in Assam and Arunachal Pradesh for unskilled, semi-skilled, skilled

and highly skilled labourers employed locally or by the Contractor's sub-

Contractors throughout the period of the contract.

6.3 The contractor shall have his own PF Code No. as required under Employees'

Provident Funds and Miscellaneous Provisions Act, 1952.

6.4 The contractor shall periodically submit the monthly challans/receipts/ proof of

provident fund deposited amount along with a list of his workers to Company's

representative. The contractor shall be required to deposit contribution towards

Provident fund or any other statutory payments to be made in respect of his

workers well in time and submit a copy of challan to Company's representative in

monthly basis failing which OIL will deduct from his bills the amount equivalent

to such deductions with penalty as per the provisions of applicable act.

6.5 The contractor shall pay the wages to the workers engaged under the Contract

latest by 10th of each month on regular basis complying to the rates as per the

Minimum wages Act and as notified by the Regional Labour Commissioner

(Central), Guwahati from time to time.

6.6 Contractor shall comply statutory minimum labour wages, P.F. and bonus to his

workers at the prevailing rates as fixed by statutory bodies.

6.7 The contractor shall issue wages slip every month to each worker as per the

Government guidelines and pay the monthly wages to the workers through bank

transfer to each individual workers bank account. Contractor must submit the

monthly wages Bank statement/wages register statement to the Company along

with their invoices.

6.8 The contractor must pay wages to his workers at the rate as quoted by him

against the tender (Minimum) in the price break-up format. The payment should

be made through on-line bank transfer to the worker. Bank details of the worker

along with authorisation of the worker to deposit the wages in his account shall

have to be submitted to Company at the time of mobilisation.

6.9 Contractor shall ensure deployment of personnel under the contract preferably

from local area. Preference should be given to personnel who have experience of

working with OIL for similar services.

7.0 GENERAL OBLIGATIONS OF COMPANY

Company shall, in accordance with and subject to the terms and conditions of

this contract:

7.1 Pay Contractor in accordance with terms and conditions of the contract.

Page 78: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 28 of 37

7.2 Allow Contractor and his personnel access, subject to normal security and safety

procedures, to all areas as required for orderly performance of the work.

7.3 Perform all other obligations required of Company by the terms of the contract.

7.4 Security arrangement at well site camp shall be Company's responsibility.

8.0 RECORDS, REPORTS & INSPECTION:

Contractor shall keep and furnish to Company an accurate records of the jobs

performed formation drilled on the daily drilling report form. A legible copy of

said form in duplicate signed by both Contractor's and Company's representative

shall be furnished by Contractor to Company.

8.1 It is expressly understood that Contractor is an independent Contractor and that

neither it nor its employees and its sub-contractors are employees or agents of

Company provided, however, Company is authorised to designate its

representative, who shall at all time have access to the Drilling Unit, related

equipment and materials and all records, for the purposes of observing, inspecting

and designating the work to be performed hereunder by Contractor, the

Contractor may treat Company's Representative for the time being at well site as

being in charge of all Company's and Company designated personnel at well site.

The Company Representative may, amongst other duties, observe, test, check and

control implementation of drilling, casing, mud and testing programmes,

equipment and stock, work performed by Contractor or examine records kept at

well site by Contractor.

8.2 Contractor shall, at all time, allow the Company representative to inspect all

works performed and witness and check critical operation such as well head

testing etc. and measurements made by contractor's personnel. Contractor shall

maintain and record accurate time break up of each operation and shall reflect in

Drilling Progress Report (DPR). Contractor shall provide Company representatives

detail of well report of preceding 24 hours in the morning 7 AM or as desired by

Company representatives. The under mentioned operations are categorized as

critical for direct supervision/ inspection by Company representative:

I Casing Running in and lowering casings with power tongs.

II Cementing operation and cement cleaning operation

III Mud engineering services

IV Setting of slip seal assembly

V Testing of BOP and other equipment, BOP drills

VI Milling operation

VII All types of fishing operation

VIII Wire line logging operation

IX Engaging/disengaging of any down hole equipment

X Any other miscellaneous jobs at the discretion of the company, such as,

cement squeezing, perforation etc.

XIII Scheduled maintenance of all equipment

XIV Production testing operation

XV Rig up and rig down of mast.

Page 79: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 29 of 37

9.0 ACCOMMODATIONS:

9.1 Accommodation shall not be provided to contractor personnel by the company at

well site. Contractor shall arrange their own accommodation for their crew at base

camp in Duliajan, Moran or Arunachal Pradesh if necessary.

9.2 The base camp for contractor personnel in Assam & NE States shall be entirely

Contractor's responsibility. Safety and security of the contractor's personnel at

any camp(s) including compliance of fire hazard & regulation will be contractor's

sole responsibility. Hygienic maintenance of toilets as well as catering services

also will be the responsibility of Contractor.

9.3 Maintenance of the bunk houses including its surrounding and toilet & bath

facilities shall be the responsibility of Contractor.

10.0 CATERING SERVICES:

10.1 The catering, supply of drinking water to the contractor's personnel whether at

their base camp and work site shall be the responsibility of the contractor.

Hygiene food & drinking water shall have to be provided to the Contractors

personnel as per their requirement at all times. Contractor shall have to provide

catering services to Company's personnel as and when required on chargable

basis

11.0 WORK CULTURE:

Contractor personnel shall carry out operations hereunder with due diligence and

in safe and workman like manner according to good international oilfield practice.

They shall maintain strict discipline and good conduct among themselves at work

place.

12.0 EFFLUENT DISPOSAL/MUD/WATER LINES:

All laying/repair of lines and hooking up operation for supply/disposal of water,

mud and effluent to the various distribution points within the well plinth shall

have to be done by the Contractor. Company shall make & maintain effluent

disposal line to nearby central pit, water lines from well site to nearby source

water station and mud line from well site to nearby mud plant. However,

contractor shall monitor leak/damage of lines maintained by company and shall

inform immediately for repair.

13.0 REQUIREMENT OF TOOLS & EQUIPMENT:

13.1 The well programme shall generally be made available to the Contract in advance;

accordingly Contractor shall workout the requirement of surface equipment /

tools for the various stages of operation in a particular well in advance and shall

inform such requirement to company representative. Additionally, day-to-day

consumables, spares and other well requirements shall have to be indicated to the

Company's authorized representative at least 24 hours’ notice prior to

requirement.

Page 80: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 30 of 37

13.2 HAND TOOLS: All necessary major tools will be supplied by the Company for

Contractor's use. However, small tools like pipe wrenches, hammer, slide

wrenches, small spanners, and screwdrivers, measuring instruments like multi

meter, line tester, measuring tapes (2m & 30m) shall have to be arranged by the

Contractor.

14.0 ADVERSE WEATHER & PERIL:

14.1 Contractor, in consultation with Company shall decide when, in the face of

impending adverse weather conditions, to institute precautionary measures in

order to safeguard the well, the well equipment, the Drilling Unit and personnel to

the fullest possible extent. Contractor and Company shall each ensure that their

representatives for the time being at well site will not act unreasonably in the

exercise of the clause.

14.2 The Contractor shall report to Company and evidences if identified which may

indicate or is likely to lead to an abnormal of dangerous situation at the earliest

opportunity, and immediately take the first emergency control steps.

14.3 In the event of difficulty which precludes either testing ahead under reasonable

condition or performance of any other operation planned for a well, Contractor

may suspend the work in progress and shall immediately notify Company and in

the meantime exercise all reasonable efforts to overcome the difficulty, ensuring

the safety of the well operation, personnel and equipment.

14.4 AMENDMENTS OF DRILLING AND COMPLETION PROGRAMME:

Contractor shall carry on normal round tripping, completion, abandonment and

any and all other associated operations including but not limited to rig down,

assist in rig move etc, in accordance with the well drilling before commencement

of the rig operation which may be amended from time to time by reasonable

modification as Company deems fit and in consultation with Contractor.

15.0 APPROVAL OF MANPOWER:

Contractor shall have to obtain prior approval from the Company before

deployment of personnel in the rig. Applications seeking approval shall have to be

submitted by the contractor at least one month ahead of proposed date of

deployment. All applications shall be submitted to Chief General Manager (Drilling

Services) and shall be forwarded to concerned department for scrutiny. Contractor

shall not deploy man power in the mine without formal approval letter signed by

Mines manager. Contractor shall not swap manpower approved for two different

contracts under the same contractor without prior approval.

15.1 The following documents shall have to be submitted along with the letter seeking

approval.

a. Bio-data of the candidate with photograph.

Page 81: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 31 of 37

b. Photo copy of relevant pass certificates and other proficiency certificate as

required under Clause No. 3.2 of contract (Scope of work) (original to be

produced on demand).

c. Copy of experience certificates (original to be produced on demand).

d. Undertaking from Contractor's personnel for not claiming employment or

ay service benefit available to Company's employee as per format given.

Note:

Once the manpower for the Service is approved by OIL, the Contractor has to

issue appointment letters to all the personnel as per the Contract labour act.

Company reserves the right to instruct for removal of any Contractor's personnel

who in the opinion of Company is technically not competent or not rendering the

services faithfully, or due to other reasons. The replacement of such personnel will

also be fully at cost of the Contractor and the Contractor shall have to replace

this/these personnel within Ten (10) days of such instruction. The replacement

personnel must have the requisite qualification and experience as indicated in the

contract and their credentials along with recent photographs must be submitted

to Company for approval prior to their engagement.

During the currency of the contract, if any of the key personnel is to be replaced;

the incumbent must be approved ones under the same contract or must get

approved fulfilling all the criteria of contract agreement. As soon as the term or

period of the contract expires, accordingly the approval of personnel will also get

expired or terminated.

16.0 TEMPORARY PAUSE OF OPERATION: Company may suspend operation of

Contractor temporarily, at its own discretion but Contractor shall be served at

least 1(one) month notice for demobilization within the period of contract.

Contractor shall have to remobilize on receipt of Company's notice within 1 (one)

month. Contractor shall not be paid any demobilization charges; however, charges

for remobilization shall be paid to contractor on resuming operation after

temporary pause. Temporary pauses of operation under this agreement may be

any number of times within the contract period.

17.0 The Contractor shall carry out the operations in drilling wells 7 days a week and

24 hours a day (round the clock) in compliance to drilling program of the

Company, which will be supplied to them prior to commencement of operations in

each well. However, contractor may be permitted by the company to work for less

duration than 24 hrs/day (more or less than 12 hrs per day) during ILM period

when no electric power is available. Operations under the contract shall be 02

(Two) shift of 12 Hrs each. All the crew member as defined in clause 3.0 of 'scope

of work' of the contract shall have to be available in each shift.

18.0 The Contractor shall be responsible for arranging relief of personnel during

vacations, statutory off days, sickness etc. entirely at their cost. The relief

personnel also must have the similar experience and the Contractor will have to

obtain prior approval from the Company for the relief personnel of the Contractor.

19.0 Providing proper safety appliances such as safety boots, helmets, hand gloves and

protective clothing etc. to their employees shall be Contractor’s responsibility

along with the display of statutory sign boards in well site as per Mines Rules as

Page 82: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 32 of 37

supplied by Company. In case operation is shut down due to objection raised by

safety audit on non-compliance, it shall be Contractor's responsibility to comply

with all safety requirements and no operating rate will be applicable for payment

during such shut down period.

20.0 The Contractor will have to ensure that the statutory off days are given to

Contractor's personnel and that the personnel are not engaged continuously for a

prolonged period which amounts to violation Mines Act.

21.0 Company shall assist contractor in obtaining all security/entry passes into the

Company's Industrial and operational Area, whenever required by the Contractor's

personnel in connection with the contract. However Contractor shall fulfill all

necessary formalities including liaisoning with Company/CISF in this regard as

per norms of the Company/CISF.

22.0 It will be the responsibility of the Contractor to obtain restricted area

permit/Assam entry permit/Inner line permit for Contractor's personnel (the

Company will assist to the extent possible) for entering into NE states of India.

23.0 Contractor shall give or provide all necessary supervision during the performance

of the services and as long thereafter as Company may consider necessary for the

proper fulfilling of Contractor's obligations under the contract.

24.0 All supervisory staff rig personnel and other manpower engaged by the Contractor

shall have to be Indian Nationals and Contractor shall deploy local people,

wherever possible, for un-skilled personnel under the contract.

25.0 Company reserves the right to instruct Contractor for removal of any Contractor's

personnel for:

(a) Misbehaviour, indiscipline and for misdemeanour And/Or,

(b) For technical incompetence and for not rendering the services faithfully

And/Or,

(c) For indulging in canvassing against Company in press/other media

And/Or,

(d) For leaking information about Company operations to outside parties.

25.1 The Contractor shall replace undisciplined personnel under clauses (a) & (b) above

within period of 24 hrs. However, 3 day’s notice shall be served by Company to

replace undisciplined personnel under clause (c) & (d) above.

25.2 Further, the replacement for these personnel shall be completed as per specified

time period as mentioned in above para from the date of receipt of instruction

from the Company and at the cost of the Contractor. The continuity of operation

shall not be disrupted on this account, till such time the replacements are

arranged. However, the Deficiency Clause of the Agreement shall be applicable.

26.0 The rig instruments which will be provided to the Contractor as ancillaries of the

rig package either with the rig or separately during the contractual period, has to

be installed and maintained accordingly by the Contractor. All charts and reports

obtained from such instruments are to be kept ready for all the operations and

Page 83: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 33 of 37

should be made available to the Company as and when will be asked for scrutiny.

Charts and other stationers for the instruments will be provided by the Company

on time to time requisition by the Contractor.

27.0 The Contractor will be responsible for all transportation of his personnel from

their place of origin to their base at Duliajan and back. However, the Contractor

will also be responsible for all transportation facilities of his personnel including

movement to work site from wherever they stay. The Company shall not render

any type of transportation to Contractor's personnel at any time. The Contractor

will have to keep a Ambulance at well site on all working days to meet any

emergency.

28.0 Contractor shall provide own identity cards for their personnel engaged under the

contract. Person(s) not having identity cards shall be treated as unauthorized

person(s) and shall not be allowed to perform duty.

29.0 The Bidder/Contractor understands that minimum wages may increase from time

to time as notified by statutory authority and undertakes that Contractor shall

not make Company liable to reimburse Contractor for such statutory increase in

wage rates of the labours/workers appointed by the Contractor during the entire

period of the contract, including extension if any. Currently, such increase in the

wage rates is twice in a year. Bidder shall bid after considering this increase in

wage rates for the entire period of Contract including extension provision.

The Contractor further undertakes that he/she/they will pay his/her/their

workers the increased wages as notified under the Minimum Wages Act from time

to time and such statutory or any other increase in the wages rates of contract

labour deployed by the Contractor shall be borne solely by the Contractor during

the entire period of the contract, including extension if any, without any cost

implication whatsoever upon the Company.

30.0 In the event of the rig or its components, ancillaries, equipment etc. supplied by

the Company to the Contractor are damaged/lost due to the carelessness/

negligent handling by the Contractor's personnel, the Contractor will be liable for

such damages on the basis of the Company's estimated cost of replacement as

reduced by any insurance claim which may occur to the Company plus 7%

towards handling charges on the cost of such replacement. If the operation is held

up for such damages/loss, Zero rate shall be applicable till such time operation is

restored.

31.0 If the Contractor fails to provide manpower per shift as per the 'Scope of Work' of

the contract, the Company reserves the right not to allow the Contractor to carry

out operations, and no payment will be made for the affected day(s). Moreover, the

Contractor shall be liable to pay damages for the same number of non-working

hours/day) as per deficiency clause & sub clauses. If such incidents happen twice

in a month, the contract is liable to be terminated at the discretion of the

Company.

32.0 The Company shall provide adequate security personnel, however, it shall be the

primary responsibility of the Contractor to ensure that the equipment and

materials at site are properly secured against theft, pilferage etc.

Page 84: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 34 of 37

33.0 Contractor has to take up necessary jobs for providing power and water supply

and maintenance of the well site office for both Contractor's & Company's.

34.0 The Contractor shall also have to comply with all types of labour wages rates

applicable in Assam & North Eastern States for unskilled, skilled, semi-skilled

and highly skilled, labourers employed locally or by the Contractor's sub-

Contractors throughout the period of the contract. Any statutory escalation on

labour wages will have be to on Contractor's account.

35.0 The Contractor should inspect thoroughly the complete rig package before/during

taking over charge. After inspection the Contractor should submit a report to the

Company. If certain items are not found satisfactory on assessment by the

Contractor; the same should be intimated to the Company and Company in turn

will take the necessary action for repair/ replacement at the earliest.

36.0 PREVENTION OF FIRE AND BLOW-OUTS:

36.1 Contractor shall maintain all well control equipment in good condition at all times

and shall take all possible steps to control and prevent fire and blowouts. The

Contractor should be responsible for taking all preventive and corrective measures

for initial control of kick, inflow, fire and blowouts. After initial control of well,

Contractor will inform the Company's Representative about the well condition and

finally well will be killed after discussion with the Company's Representative.

36.2 Contractor crew shall have to be conversant with fire fighting equipment available

at well site and shall capable of use such fire fighting equipment to douse fire at

well site in emergency.

37.0 COMPANY'S RIGHT TO TAKE OVER: In the event, the Company is justifiably

dissatisfied with Contractor's performance during the drilling of any well

hereunder on account of unreasonably slow progress or incompetency as a result

of cause reasonably within the control of the Contractor, the Company shall give

the Contractor written notice in which it shall specify in detail the cause of its

dissatisfaction. Should the Contractor, without reasonable cause, fail or refuse to

commence remedial action within one (1) day of receipt of the said written notice,

the Company shall have the right but not obligation to take over the specific

operations, where the Contractor has failed to perform, till such time the

Contractor commences remedial action. During the period of any such take over,

the entire cost of operation carried out by the Company will be deducted from the

Contractor's payment, in addition to imposing penalty as applicable as per the

contract for the Contractor's failure.

38.0 DEFICIENCY:

38.1 Key Personnel: Provision of adequate manpower of required skill for carrying out

all operations with due diligence, in a safe, decent manner and in accordance with

accepted international oilfield practices is the essence to the contract. In case of

Contractor's failure to provide adequate numbers of efficient manpower

particularly in respect of the key personnel as per the standard deployment

Page 85: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 35 of 37

pattern as set out in clause 3.0 of scope of work, penalty shall be levied to

contractor at the following rates:

Sl.

No.

Deficiency of Key

Personnel

Penalty

1 Tool Pusher 10% of the operating day rate shall be deducted

for the period of non-availability

2 Tour Pusher/Night Tool

Pusher

10% of the operating day rate shall be deducted

for the period of non-availability

3 HSE Cum Liason Officer 7.5% of the operating day rate shall be deducted

for the period of non-availability

4 Driller 5% of the operating day rate shall be deducted for

the period of non-availability

5 Asstt. Driller 3% of the operating day rate shall be deducted for

the period of non-availability

6 Each Derrick Man/Top man 3% of the operating day rate shall be deducted for

the period of non-availability

7 Each Floormen/Rigman 2% of the operating day rate shall be deducted for

the period of non-availability.

8 Mechanic-pump 5% of the operating day rate shall be deducted for

the period of non-availability

9 Asst. Mechanic-pump 3% of the operating day rate shall be deducted for

the period of non-availability

10 Mechanic-ICE 5% of the operating day rate shall be deducted for

the period of non-availability

11 Asst. Mechanic-ICE 3% of the operating day rate shall be deducted for

the period of non-availability

12 Electrical Supervisor/Jr.

Engr – Electrical.

7.5% of the operating day rate shall be deducted

for the period of non-availability

13 Rig Electrician 5% of the operating day rate shall be deducted for

the period of non-availability

14 Mud Attendant 7.5% of the operating day rate shall be deducted

for the period of non-availability

15 Welder 5% of the operating day rate shall be deducted for

the period of non-availability

Notes:

1. The above rates are applicable for the first five days. In case more than one

key personnel are not available at a time, penalty shall be applicable for

each key personnel not available during the period.

2. Beyond 5 days, the penalty shall be applicable at double the rates

mentioned above for each day for non- availability of any key personnel.

Page 86: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 36 of 37

3. Further, contractor shall be paid zero rates if Company decides not to

continue operation without the above key personnel and operation is

suspended for non-availability of key-personnel.

3. In case of absence of reliever for any emergency reason, contractor should

apply with proper justification for approval and the absent period should

not be more than 7 days. This type of absence should not be more than 8

times throughout the contract period. If absence period of reliever is more

than 7 days then penalty shall be levied to the contractor for the absent

person as per clause No: 38.0. Again, such type of absence is more than 8

times throughout the contract period, then penalty shall be levied to the

contractor for the absent person from the first day of absent as per clause

No: 38.0

38.2 Unskilled Personnel: Contractor to note that, other than the skilled key

personnel Contractor has to provide as per the list in Clause 3.0 of Scope of work,

adequate numbers of unskilled personnel. The non-availability of such unskilled

personnel during any shift shall be subjected to a deduction of Rs. 1000/- per

man per day.

38.3 PPE: In the event of non-compliance of statutory provisions and safety appliances,

the company will have the right to ask the contractor to suspend work

immediately and no payment shall be made by the Company till such time the

contractor comply with the same. Company reserves the right to supplement the

requirement of PPE for Contractor's personnel subject to availability to continue

operation. However, Contractor shall have to pay at the rate fixed by Company.

38.4 Delay in ILM: Timely completion of ILM is the essence of the contract. ILM for a

distance of 30 (thirty) km shall have to be completed by Contractor within

12(twelve) days. For excess kilometerage, the time allowed shall be in proportions

of 1 (one) day for each 30 km or part thereof. The time of reckoning is declaring of

rig down in a particular well to spud of the next well. The ILM charge shall be

discounted by 5% of total cost for ILM charge for each day's delay beyond the

stipulated days, payable for that particular rig movement.

38.5 Crane services: Zero rate of the crane shall be payable for shut down period of the

crane as certified by Company. If rig operation remains shut down due to non-

availability of the crane, zero rate shall be payable for the day rate of crew(man-

power) as well as for crane. If Company decides to continue operation without the

service of Contractor's crane, 80% of day rate for crew shall be payable. However,

no payment shall be made during shut down period for the crane.

38.6 Break down: Proper Check-up/maintenance/lubrication of Company's equipment

and machineries as per Company's maintenance schedule and procedure are the

essence of the contract. Zero rates shall be applicable for entire period of shut

down if cause of break down is attributed to Contractor's negligence and

deficiency.

Page 87: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 Part-III (SCC)

Page 37 of 37

39.0 POLLUTION AND CONTAMINATION: Notwithstanding anything to the contrary

contained herein, it is agreed that the responsibility and liability for pollution or

contamination shall be as follows:

a) Contractor shall assume all responsibility and liability for cleaning up and

removal of pollution or contamination which originates above the surface

from spills of fuels, lubricants, motor oils, pipe dope, paints, solvents and

garbage wholly in Contractor's possession and control and/or directly

associated with Contractor's or Company's equipment and facilities,

caused, and that originating from normal water base drilling fluid and drill

cuttings.

b) Contractor shall assume all responsibility and liability for all other

pollution or contamination, howsoever caused including control and

removal of same, which may occur during the term of or arising out of this

contract and shall indemnify Company from and against all claims,

demands and causes of action of every kind and character arising from

said pollution or contamination. However settlement of claims against noise

pollution/water pollution arising out of Company's equipments shall be the

responsibility of Company, if the said pollution is not caused due to

negligence of Contractor. Otherwise the claims shall have to be settled by

the Contractor. Contractor at all times shall try to minimize water and

noise pollution arising out of Company's equipments.

c) In the event a third party commits an act of omission which results in

pollution or contamination for which either the Contractor or Company, by

whom such party is performing work is held to be legally liable, the

responsibility shall be considered as between Contractor and Company,

regardless of the party for whom the job was performed and liability as set

forth in (a) and (b) above would be specifically applied.

-END OF SECTION-II-

Page 88: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-V SAFETY MEASURES (SM)

Page 1 of 4

To,

CGM-CONTRACT

OIL INDIA LIMITED

DULIAJAN-786602

SUB: SAFETY MEASURES

Description of service:

Hiring of MMC service for Drilling Water Disposal Wells (WDW) for a period

of 04 (Four) years.

Sir,

We hereby confirm that we have fully understood the safety measures to be

adopted during execution of the above contract and that the same have been explained

to us by the concerned authorities. We also give the following assurances.

a) Only experienced and competent persons shall be engaged by us for carrying

out work under the said contract.

b) The names of the authorized persons who would be supervising the jobs on

day to day basis from our end are the following:

i) ________________________________

ii) ________________________________

iii) ________________________________

The above personnel are fully familiar with the nature of jobs assigned and safety

precautions required.

c) Due notice would be given for any change of personnel under item(b) above.

d) We hereby accept the responsibility for the safety of all the personnel engaged

by us and for the safety of the Company's personnel and property involved during the

course of our working under this contract. We would ensure that all the provisions

under the Oil Mines Regulations, 1984 and other safety rules related to execution of our

work would be strictly followed by our personnel. Any violation pointed out by the

Company's Engineers would be rectified forthwith or the work suspended till such time

the rectification is completed by us and all expenditure towards this would be on our

account.

e) We confirm that all persons engaged by us would be provided with the

necessary Safety Gears at our cost.

f) All losses caused due to inadequate safety measures or lack of supervision on

our part would be fully compensated by us and the Company will not be responsible for

any lapses on our part in this regard.

g) We shall abide by the following HSE (Health, Safety & Environmental) POINTS:

Page 89: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-V SAFETY MEASURES (SM)

Page 2 of 4

GENERAL HEALTH, SAFETY & ENVIRONMENT (HSE) POINTS:

1. It will be solely the Contractor's responsibility to fulfill all the legal formalities with

respect to the Health, Safety and Environmental aspects of the entire job (namely; the

person employed by him, the equipment, the environment, etc.) under the jurisdiction of

the district of that state where it is operating. . Ensure that all sub-contractors hired by

him comply with the same requirement as the contractor himself and shall be liable for

ensuring compliance all HSE laws by the sub or sub-sub contractors.

2. Every person deployed by the contractor in a mine must wear safety gadgets to be

provided by the contractor. The Contractor shall provide proper Personnel Protective

Equipment as per the hazard identified and risk assessed for the job and conforming to

statutory requirement and company PPE schedule. Safety appliances like protective

footwear, Safety Helmet and Full Body harness has to be DGMS approved. Necessary

supportive document shall have to be submitted as proof. If the Contractor fails to

provide the safety items as mentioned above to the working personnel, the Contractor

may apply to the Company (OIL) for providing the same. OIL will provide the safety

items, if available. But in turn, OIL will recover the actual cost of the items by deducting

from Contractor's Bill. . However, it will be the Contractor's sole responsibility to ensure

that the persons engaged by him in the mines use the proper PPE while at work. All the

safety gears mentioned above are to be provided to the working personnel before

commencement of the work.

3. The Contractor shall prepare written Safe Operating Procedure (SOP) for the work to

be carried out, including an assessment of risk, wherever possible and safe methods to

deal with it/them. The SOP should clearly state the risk arising to men, machineries &

material from the mining operation/operations to be done by the contractor and how it

is to be managed.

4. The contractor shall provide a copy of the SOP to the person designated by the mine

owner who shall be supervising the contractor's work.

5. Keep an up to date SOP and provide a copy of changes to a person designated by the

Mine Owner/Agent/Manager.

6. Contractor has to ensure that all work is carried out in accordance with the Statute

and SOP and for the purpose he may deploy adequate qualified and competent

personnel for the purpose of carrying out the job in a safe manner. For work of a

specified scope/nature, he should develop and provide to the mine owner a site specific

code of practice in line.

7. All persons deployed by the contractor for working in a mine must undergo Mines

Vocational Training, initial medical examination, PME. They should be issued cards

stating the name of the contractor and the work and its validity period, indicating status

of MVT, IME & PME.

8. The contractor shall submit to DGMS returns indicating - Name of his firm,

Registration number, Name and address of person heading the firm, Nature of work,

type of deployment of work persons, Number of work persons deployed, how many work

persons hold VT Certificate, how many work persons undergone IME and type of

medical coverage given to the work persons.

Page 90: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-V SAFETY MEASURES (SM)

Page 3 of 4

9. The return shall be submitted quarterly (by 10th of April, July, October & January)

for contracts of more than one year. However, for contracts of less than one year,

returns shall be submitted monthly.

10. It will be entirely the responsibility of the Contractor/his Supervisor/representative

to ensure strict adherence to all HSE measures and statutory rules during operation in

OIL's installations and safety of workers engaged by him. The crew members will not

refuse to follow any instruction given by company's Installation Manager/Safety Officer

/Engineer/Official/Supervisor/Junior Engineer for safe operation.

11. Any compensation arising out of the job carried out by the Contractor whether

related to pollution, Safety or Health will be paid by the contractor only.

12. Any compensation arising due to accident of the Contractor's personnel while

carrying out the job, will be payable by the contractor.

13. The contractor shall have to report all incidents including near miss to Installation

Manager/departmental representative of the concerned department of OIL.

14. The contractor has to keep a register of the persons employed by him/her. The

contractor's supervisor shall take and maintain attendance of his men every day for the

work, punctually.

15. If the company arranges any safety class/training for the working personnel at site

(company employee, contractor worker, etc) the contractor will not have any objection to

any such training.

16. The health check up of contractor's personnel is to be done by the contractor in

authorized Health Centers as per OIL's requirement & proof of such test(s) is to be

submitted to OIL. The frequency of periodic medical examinations should be every five

years for the employees below 45 years of age and every three years for employees of 45

years of age and above.

17. To arrange daily tool box meeting and regular site safety meetings and maintain

records.

18. Records of daily attendance, accident report etc. are to be maintained in Form B, E,

J (as per Mines Rules 1955) by the contractor.

19. A contractor employee must, while at work, take reasonable care for the health and

safety of people who are at the employee's place of work and who may be affected by the

employee's act or omissions at work.

20. A contractor employee must, while at work, cooperate with his or her employer or

other persons so far as is necessary to enable compliance with any requirement under

the act or the regulations that is imposed in the interest of health, safety and welfare of

the employee or any other person.

21. Contractor's arrangements for health and safety management shall be consistent

with those for the mine owner.

Page 91: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-V SAFETY MEASURES (SM)

Page 4 of 4

22. In case Contractor is found non-compliant of HSE laws as required company will

have the right for directing the contractor to take action to comply with the

requirements, and for further non-compliance, the contractor will be penalized

prevailing relevant Acts/Rules/Regulations.

23. When there is a significant risk to health, environment or safety of a person or place

arising because of a non-compliance of HSE Measures Company will have the right to

direct the contractor to cease work until the non-compliance is corrected.

24. The contractor should prevent the frequent change of his contractual employees as

far as practicable.

25. The contractor should frame a mutually agreed bridging document between OIL &

the contractor with roles and responsibilities clearly defined.

26. For any HSE matters not specified in the contract document, the contractor will

abide the relevant and prevailing Acts/rules/regulations/pertaining to Health, Safety

and Environment.

(Seal) Yours Faithfully

Date____________

M/s___________________________________

FOR & ON BEHALF OF CONTRACTOR

Page 92: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-VI: INTEGRITY PACT

Page 1 of 5

INTEGRITY PACT

Between

Oil India Limited (OIL) hereinafter referred to as "The Principal"

And

(Name of the bidder)......................................................hereinafter referred to as "The

Bidder/Contractor"

Preamble:

The Principal intends to award, under laid down organizational procedures, contract/s

for “Hiring of MMC service for Drilling Water Disposal Wells (WDW) for a

period of 04 (Four) years.” The Principal values full compliance with all relevant

laws and regulations, and the principles of economic use of resources, and of fairness

and transparency in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal cooperates with the renowned international

Non-Governmental Organization "Transparency International" (TI). Following TI's

national and international experience, the Principal will appoint an external

independent Monitor who will monitor the tender process and the execution of the

contract for compliance with the principles mentioned above.

Section: 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption

and to observe the following principles:

1. No employee of the Principal, personally or through family members, will in

connection with the tender for, or the execution of a contract, demand, take a

promise for or accept, for him/herself or third person, any material or immaterial

benefit which he/she is not legally entitled to.

2. The Principal will, during the tender process treat all Bidders with equity and

reason. The Principal will in particular, before and during the tender process,

provide to all Bidders the same information and will not provide to any Bidder

confidential/additional information through which the Bidder could obtain an

advantage in relation to the tender process or the contract execution.

3. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a

criminal offence under the relevant Anti-Corruption Laws of India, or if there be a Page

2 of 6 substantive suspicion in this regard, the Principal will inform its Vigilance Office

and in addition can initiate disciplinary actions.

Section: 2 - Commitments of the Bidder/Contractor

Page 93: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-VI: INTEGRITY PACT

Page 2 of 5

(1) The Bidder/Contractor commits itself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his

participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not, directly or through any other person or firm,

offer, promise or give to any of the Principal's employees involved in the tender

process or the execution of the contract or to any third person any material or

immaterial benefit which h e/she is not legally entitled to, in order to obtain in

exchange any advantage of any kind whatsoever during the tender process or

during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed

agreement or understanding, whether formal or informal. This applies in

particular to prices, specifications, certifications, Subsidiary contracts,

submission or non-submission of bids or any other actions to restrict

competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant

Anticorruption Laws of India; further the Bidder/Contractor will not use

improperly, for purposes of competition or personal gain, or pass on to others,

any information or document provided by the Principal as part of the business

relationship, regarding plans, technical proposals and business details, including

information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all

payments he has made, is committed to or intends to make to agents, brokers or

any other intermediaries in connection with the award of the contract.

(2) The Bidder/Contractor will not instigate third persons to commit offences outlined

above or be an accessory to such offences.

(3) The Bidder/Contractor signing Integrity Pact shall not approach the Courts while

representing the matters to IEMs and he/she will await their decision in the matter.

Section 3 - Disqualification from tender process and exclusion from future

Contracts

If the Bidder, before contract award has committed a transgression through a violation

of Section 2 or in any other form such as to put his reliability or risibility as Bidder into

question, the Principal is entitled to disqualify the Bidder from the tender process or to

terminate the contract, if already signed, for such reason.

1. If the Bidder/Contractor has committed a transgression through a violation of

Section 2 such as to put his reliability or credibility into question, the Principal is

entitled also to exclude the Bidder/Contractor from future contract award processes.

The imposition and duration of the exclusion will be determined by the severity of the

transgression. The severity will be determined by the circumstances of the case, in

particular the number of transgressions, the position of the transgressions within the

company hierarchy of the Bidder and the amount of the damage. The exclusion will be

imposed for a minimum of 6 months and maximum of 3 years.

Page 94: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-VI: INTEGRITY PACT

Page 3 of 5

2. The Bidder accepts and undertakes to respect and uphold the Principal's Absolute

right to resort to and impose such exclusion and further accepts and undertakes not to

challenge or question such exclusion on any ground, including the lack of any hearing

before the decision to resort to such exclusion is taken. This undertaking is given freely

and after obtaining independent legal advice.

3. If the Bidder/Contractor can prove that he has restored/recouped the Damage

caused by him and has installed a suitable corruption prevention system, the Principal

may revoke the exclusion prematurely.

4. A transgression is considered to have occurred if in light of available evidence no

reasonable doubt is possible.

5. Integrity Pact, in respect of a particular contract, shall be operative from the date

Integrity Pact is signed by both the parties till the final completion of the contract or as

mentioned in Section 9 - Pact Duration whichever is later. Any violation of the same

would entail disqualification of the bidders and exclusion from future business dealings

Section 4 - Compensation for Damages

1. If the Principal has disqualified the Bidder from the tender process prior to the award

according to Section 3, the Principal is entitled to demand and recover from the Bidder

liquidated damages equivalent to Earnest Money Deposit/Bid Security.

2. If the Principal has terminated the contract according to Section 3, or if the Principal

is entitled to terminate the contract according to Section 3, the principal shall be

entitled to demand and recover from the Contractor liquidated damages equivalent to

Security Deposit/Performance Bank Guarantee.

3. The bidder agrees and undertakes to pay the said amounts without protest or demur

subject only to condition that if the Bidder/Contractor can prove and establish that the

exclusion of the Bidder from the tender process or the termination of the contract after

the contract award has caused no damage or less damage than the amount or the

liquidated damages, the Bidder/Contractor shall compensate the Principal only to the

extent of the damage in the amount proved.

Section 5 - Previous transgression

1. The Bidder declares that no previous transgression occurred in the last 3 years with

any other Company in any country conforming to the TI approach or with any other

Public Sector Enterprise in India that could justify his exclusion from the tender

process.

2. If the Bidder makes incorrect statement on this subject, he can be

disqualified from the tender process or the contract, if already awarded, can be

terminated for such reason.

Section: 6 - Equal treatment of all Bidders/Contractor/Subcontractors

1. The Principal will enter into Pacts on identical terms with all bidders and contractors.

Page 95: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-VI: INTEGRITY PACT

Page 4 of 5

2. The Bidder/Contractor undertake(s) to procure from all subcontractors a

commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be

responsible for any violation(s) of the provisions laid down in this agreement/Pact by

any of its sub-contractors/sub-vendors.

3. The Principal will disqualify from the tender process all bidders who do not sign this

Pact or violate its provisions.

Section: 7 - Criminal charges against violating Bidders/Contractors/

Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor,

or of an employee or a representative or an associate of a Bidder, Contractor or

Subcontractor, which constitutes corruption, or if the Principal has substantive

suspicion in this regard, the Principal will inform the Vigilance Office.

Section: 8 - External Independent Monitor/Monitors

1. The Principal appoints competent and credible external independent Monitor for this

Pact. The task of the Monitor is to review independently and objectively, whether and to

what extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and

performs his functions neutrally and independently. He reports to the Chairperson of

the Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access without restriction to

all Project documentation of the Principal including that provided by the Contractor.

The Contractor will also grant the Monitor, upon his request and demonstration of a

valid interest, unrestricted and unconditional access to his project documentation. The

same is applicable to Subcontractors. The Monitor is under contractual obligation to

treat the information and documents of the Bidder/Contractor/Subcontractor with

confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings

among the parties related to the Project provided such meetings could have an impact

on the contractual relations between the Principal and the Contractor. The parties offer

to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he

will so inform the Management of the Principal and request the Management to

discontinue or heal the violation, or to take other relevant action. The monitor can in

this regard submit non-binding recommendations. Beyond this, the Monitor has no

right to demand from the parties that they act in a specific manner, refrain from action

or tolerate action. However, the Independent External Monitor shall give an opportunity

to the bidder/contractor to present its case before making its recommendations to the

Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of the

Principal within 8 to 10 weeks from the date of reference or intimation to him by the

Page 96: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 PART-VI: INTEGRITY PACT

Page 5 of 5

'Principal' and, should the occasion arise, submit proposals for correcting problematic

situations.

7. If the Monitor has reported to the Chairperson of the Board a Substantiated

suspicion of an offence under relevant Anti-Corruption Laws of India, and the

Chairperson has not, within reasonable time, taken visible action to proceed against

such offence or reported it to the Vigilance Office, the Monitor may also transmit this

information directly to the Central Vigilance Commissioner, Government of India.

8. The word 'Monitor' would include both singular and plural.

Section: 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor

12 months after the last payment under the respective contract, and for all other

Bidders 6 months after the contract has been awarded.

If any claim is made/lodged during this time, the same shall be binding and continue to

be valid despite the lapse of this pact as specified above, unless it is

discharged/determined by Chairperson of the Principal.

Section: 10 - Other provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the

Registered Office of the Principal, i.e. New Delhi. The Arbitration clause provided in the

main tender document/contract shall not be applicable for any issue/dispute arising

under Integrity Pact.

2. Changes and supplements as well as termination notices need to be made in writing.

Side agreements have not been made.

3. If the Contractor is a partnership or a consortium, this agreement must be, signed by

all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the

remainder of this agreement remains valid. In this case, the parties will strive to come to

an agreement to their original intensions.

………………………………….. …………………………………...

For the Principal For the Bidder/Contractor

Witness 1: .............................

Witness 2: .............................

Place.

Date .

Page 97: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

PROFORMA-I

BID FORM

To M/s Oil India Limited, P.O. Duliajan, Assam, India Sub: IFB No. CDO7190P18 Gentlemen, Having examined the General and Special Conditions of Contract and the Terms of Reference including all attachments thereto, the receipt of which is hereby duly acknowledged, we the undersigned offer to perform the work/services in conformity with the said conditions of Contract and Terms of Reference for the sum of ______________ “NOT TO BE QUOTED HERE” (Total Bid Amount in words and

figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, to commence the work as per the terms & conditions set out in the subject tender. If our Bid is accepted, we will obtain the guarantee of a bank in a sum not exceeding 10% of contract value for the due performance of the Contract. We agree to abide by this Bid for a period of 120 days from the original date of Bid closing and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof in your notification of award shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you may receive. Dated this _____________ day of __________________ 2018. Authorised Person’s Signature: _________________

Name: _______________________________ Designation: _________________________ Seal of the Bidder:

Page 98: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

PROFORMA-II

STATEMENT OF NON-COMPLIANCE (IF ANY)

(Only exceptions/deviations to be rendered)

1.0 The Bidder shall furnish detailed statement of exceptions/deviations, if any, to the IFB stipulations, terms and conditions in respect of each Section of Bid Document in the following format:

Section No.

Clause No. (Page No.)

Non-Compliance Remarks

Signature of Bidder: __________________________ Name: ______________________________________ NOTE: OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the bid document. However, should the bidders still envisage some exceptions/deviations to the terms and conditions of the bid document, the same should be indicated as per above format and submit along with their bids. If the “Statement of Non-Compliance” in the above Proforma is left blank (or not submitted along with the Bid), then it would be constructed that the bidder has not taken any exception/deviation to the IFB requirements.

Page 99: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

PROFORMA-III

PROFORMA LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

TO CGM (CONTRACTS) OIL INDIA LIMITED P.O. DULIAJAN-786602 Assam, India Sir,

SUB: OIL's IFB No. CDO7190P18

I/We ____________________________ confirm that Mr. _________ (Name and

address) as authorised to represent us during bid opening on our behalf with you against IFB No. CDO7190P18 for Hiring of MMC service for Drilling Water Disposal Wells (WDW) for a period of 04 (Four) years.

Yours Faithfully,

Authorised Person’s Signature: _________________

Name: ______________________________________

Signature of Bidder: __________________________

Name: ______________________________________

Date: ______________________________________

Page 100: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

PROFORMA-IV

PROFORMA LETTER OF AUTHORITY

TO CGM-CONTRACTS Contracts Department P.O. DULIAJAN PIN-786602 Dist. Dibrugarh, Assam India Dear Sir,

SUB: OIL’s IFB No. CDO7190P18

We_______________________________of_______________________________________ Confirm that Mr. __________________________________________________________________________ (Name and Address) is authorised to represent us to Bid, negotiate and conclude the agreement on our behalf with you against IFB No. CDO7190P18 for Hiring of MMC service for Drilling Water Disposal Wells (WDW) for a period of 04 (Four) years for any commercial/Legal purpose etc.

We confirm that we shall be bound by all and whatsoever our said representative shall commit.

Authorised Person’s Signature: _________________ Name: ______________________________________

Yours faithfully,

Signature: _________________________

Name & Designation _________________

For & on behalf of ____________________ NOTE: This letter of authority shall be on printed letter head of the bidder, and shall be signed by a person competent and having the power of attorney (Power of attorney shall be annexed) to bind such Bidder.

Page 101: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

PROFORMA-V

FORM OF BID SECURITY (BANK GUARANTEE FORMAT) To M/s OIL INDIA LIMITED, CONTRACTS DEPARTMENT, DULIAJAN, ASSAM, INDIA, PIN-786602 WHEREAS, (Name of Bidder) ___________________ (hereinafter called "the Bidder") has submitted their offer Dated _______ for the provision of certain services (hereinafter called "the Bid") against OIL INDIA LIMITED, Duliajan, Assam, India (hereinafter called the Company's) Tender No. ___________ KNOW ALL MEN BY these presents that we (Name of Bank) _______________ of (Name of Country) ___________ having our registered office at ________________ (hereinafter called "Bank") are bound unto the Company in the sum of (*_____________ ) for which

payment well and truly to be made to Company, the Bank binds itself, its successors and assignees by these presents. SEALED with the said Bank this ___ day of __________ 20__________ THE CONDITIONS of these obligations are:

1. If the Bidder withdraws their Bid within its original/extended validity; or 2. The Bidder modifies/revises their bid suomoto; or 3. The Bidder does not accept the contract; or 4. The Bidder does not furnish Performance Security Deposit within the

stipulated time as per tender/contract; or 5. If it is established that the Bidder has submitted fraudulent documents or

has indulged into corrupt and fraudulent practice. We undertake to pay to Company up to the above amount upon receipt of its first written demand (by way of letter/fax/cable), without Company having to substantiate its demand provided that in its demand Company will note that the amount claimed by it is due to it owing to the occurrence of any of the conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including the date (**--/--/--) and any demand in respect thereof should reach the Bank not later than the above date. The details of the Issuing Bank and Controlling Bank are as under:

A. Issuing Bank:

BANK FAX NO:

BANK EMAIL ID:

BANK TELEPHONE NO.:

IFSC CODE OF THE BANK: B. Controlling Office:

Address of the Controlling Office of the BG issuing Bank: Name of the Contact Person at the Controlling Office with Mobile No. and e-mail address: SIGNATURE AND SEAL OF THE GUARANTORS _______________ Name of Bank & Address ___________________________________

Contd…. P/2

Page 102: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

Page No. 2 PROFORMA-V Witness _______________

Address ________________

_________________________ (Signature, Name and Address) Date: ________________

Place: _____________

* The Bidder should insert the amount of the guarantee in words and figures. ** Date of expiry of Bank Guarantee should be minimum 30 days after the end of

the validity period of the Bid/as specified in the Tender.

Note:

The Bank Guarantee issuing bank branch shall ensure the following: The Bank Guarantee issued by the bank shall be routed through SFMS platform as per the following details: i) “MT 760/MT 760 COV for issuance of bank guarantee. ii) “MT 760/MT 767 COV for amendment of bank guarantee. The above message/intimation shall be sent through SFMS by the BG issuing bank branch to Axis Bank, Duliajan Branch, IFS Code – UTIB0001129, Branch address – AXIS Bank Ltd., Duliajan Branch, Daily Bazar, Jyotinagar, Duliajan, District Dibrugarh, PIN – 786602.

Page 103: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

PROFORMA-VI

[TO BE FILLED-UP/SUBMITTED BY THE VENDOR ON ITS LETTER HEAD FOR E-REMITTANCE]

Name: FULL Address: Phone Number: Mobile Number: E-mail address: Fax Number: Bank Account Number (in which the Bidder wants remittance against invoices):

Bank Name: Branch: Address of the Bank: Bank Code: IFSC/RTGS Code of the Bank: NEFT Code of the Bank: PAN Number: GST Registration Number:

_______________________________ Signature of Bidder with Official Seal

Page 104: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

PROFORMA-VII

FORM OF PERFORMANCE BANK GUARANTEE

To M/s OIL INDIA LIMITED, CONTRACTS DEPARTMENT DULIAJAN, ASSAM, INDIA, PIN-786602 WHEREAS ______________________________________ (Name and address of Contractor) (hereinafter called "Contractor") had undertaken, in pursuance of Contract No. _______________________ to execute (Name of Contract and Brief Description of the Work) ___________________ (hereinafter called "the Contract"). AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee as security for compliance with

Contractor's obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are Guarantors on behalf of the Contractor, up to a total of (Amount of Guarantee in figures) _____________ (in words ___________________), such amount being payable in the types and proportions of currencies in which the Contract price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or the work to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way cease us from any liability under this guarantee, and we hereby waive notice of such change, addition or modification. This guarantee is valid until the ___________________day of ___________________. The details of the Issuing Bank and Controlling Bank are as under:

A. Issuing Bank:

BANK FAX NO:

BANK EMAIL ID:

BANK TELEPHONE NO:

IFSC CODE OF THE BANK:

B. Controlling Office:

Address of the Controlling Office of the BG issuing Bank: Name of the Contact Person at the Controlling Office with Mobile No. and e-

mail address: SIGNATURE AND SEAL OF THE GUARANTORS _____________________

Designation ____________________________________

Contd…. P/2

Page 105: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18

Page No. 2 PROFORMA-VII

Name of Bank ___________________________________

Address ________________________________________ Witness _______________

Address ________________

________________

Date: _____________

Place: _____________

Note: The Bank Guarantee issuing bank branch shall ensure the following: The Bank Guarantee issued by the bank shall be routed through SFMS platform as per the following details: i) “MT 760/MT 760 COV for issuance of bank guarantee. ii) “MT 760/MT 767 COV for amendment of bank guarantee. The above message/intimation shall be sent through SFMS by the BG issuing bank branch to Axis Bank, Duliajan Branch, IFS Code – UTIB0001129, Branch address – AXIS Bank Ltd., Duliajan Branch, Daily Bazar, Jyotinagar, Duliajan, District Dibrugarh, PIN – 786602.

Page 106: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

Page 1 of 1

E-TENDER NO. CDO7190P18 ANNEXURE-X

CERTIFICATE OF ANNUAL TURNOVER & NET WORTH

TO BE ISSUED BY PRACTISING CHARTERED ACCOUNTANTS’ FIRM ON THEIR LETTER HEAD

TO WHOM IT MAY CONCERN This is to certify that the following financial positions extracted from the audited financial statements of M/s .................................................................. (Name of the Bidder) for the last 03 (Three) completed accounting years upto ………………………………. (as the case may be) are correct.

YEAR TURN OVER

In INR NET WORTH

In INR

Place: Date: Seal: Membership Number : Signature Registration No. :

Page 107: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 ANNEXURE-XI

Page 1 of 3

Enclosure-B

Proforma of Bank Guarantee towards Purchase Preference – Local Content

Ref. No. ________________________ Bank Guarantee No. _______________

Dated ___________________________

To,

Oil India Limited

______________________

______________________

India

Dear Sirs,

1. In consideration of _____________________________________________________

_________________________________________________ (hereinafter referred to as OIL,

which expression shall, unless repugnant to the context or meaning thereof,

include all its successors, administrators, executors and assignees) having entered

into a CONTRACT No.______________________ dated _________________ (hereinafter

called ‘the CONTRACT’ which expression shall include all the amendments thereto)

with M/s _______________________ having its registered/head office at

_____________________(hereinafter referred to as the ‘CONTRACTOR’) which

expression shall, unless repugnant to the context or meaning thereof include all its

successors, administrators, executors and assignees) and OIL having agreed that

the CONTRACTOR shall furnish to OIL a Bank guarantee for India Rupees/US$

_____________ for the faithful fulfillment of conditions pertaining to Local Content in

accordance with the value mentioned in the certificate of Local Content submitted

by the contractor for claiming purchase preference under the Purchase Preference

Policy (linked with Local Content).

2. We (name of the bank) _____________________________ registered under the laws

of _________ having head/registered office at __________________________ (hereinafter

referred to as “the Bank”, which expression shall, unless repugnant to the

context or meaning thereof, include all its successors, administrators, executors

and permitted assignees) do hereby guarantee and undertake to pay to OIL

immediately on first demand in writing any/all money to the extent of Indian

Rs./US$ (in figures) ________________________ (Indian Rupees/US Dollars (in

words) ___________________________) without any demur, reservation, contest or

protest and/or without any reference to the CONTRACTOR. Any such demand

made by OIL on the Bank by serving a written notice shall be conclusive and

binding, without any proof, on the bank as regards the amount due and payable,

notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator or

any other authority and/or any other matter or thin whatsoever, as liability under

these presents being absolute and unequivocal. We agree that the guarantee herein

contained shall be irrevocable and shall continue to be enforceable until it is

Page 108: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 ANNEXURE-XI

Page 2 of 3

discharged by OIL in writing. This guarantee shall not be determined, discharged or

affected by the liquidation, winding up, dissolution or insolvency of the

CONTRACTOR and shall remain valid, binding and operating against the bank.

3. The Bank also agrees that OIL at its option shall be entitled to enforce this

Guarantee against the Bank as a principal debtor, in the first instance, without

proceeding against the CONTRACTOR and notwithstanding any security or other

guarantee that OIL may have in relation to the CONTRACTOR’s liabilities.

4. The Bank further agrees the OIL shall have the fullest liberty without our

consent and without affecting in any manner our obligations hereunder to vary any

of the terms and conditions of the said CONTRACT or to extend time of performance

by the said CONTRACTOR(s) from time to time or to postpone for any time or from

time to time exercise of any of the powers vested in OIL against the said

CONTRACTOR(s) and to forbear or enforce any of the terms and conditions relating

to the said agreement and we shall not be relived from our liability by reason of any

such variation, or extension being granted to the said CONTRACTOR(s) or for any

forbearance, act or omission on the part of OIL or any indulgence by OIL to

the said CONTRACTOR(s) or any such matter or thing whatsoever which under

the law relating to sureties would, but for this provision, have effect of so relieving

us.

5. The Bank further agrees that the Guarantee herein contained shall remain in

full force during the period that is taken for the performance of the CONTRACT and

all dues of OIL under or by virtue of this CONTRACT have been fully paid and its

claim satisfied or discharged or till OIL discharges this guarantee in writing,

whichever is earlier.

6. This Guarantee shall not be discharged by any change in our constitution, in

the constitution of OIL or that of the CONTRACTOR.

7. The Bank confirms that this guarantee has been issued with observance of

appropriate laws of the country of issue.

8. The Bank also agrees that this guarantee shall be governed and construed in

accordance with Indian Laws and subject to the exclusive jurisdiction of Indian

Courts of the place from where the purchase CONTRACT has been placed.

9. Notwithstanding anything contained herein above, out liability under this

Guarantee is limited to Indian Rs./US$(in figures) __________ (Indian Rupees/US

Dollars (in words) ______________________) and our guarantee shall remain in force

until _____________________(indicate the date of expiry of bank guarantee).

Any claim under this Guarantee must be received by us before the expiry of this

Bank Guarantee. If no such claim has been received by us by the said date, the

rights of OIL under this Guarantee will cease. However, if such a claim has been

received by us within the said date, all the rights of OIL under this Guarantee shall

be valid and shall not cease until we have satisfied that claim.

Page 109: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

E-TENDER NO. CDO7190P18 ANNEXURE-XI

Page 3 of 3

In witness whereof, the Bank through its authorized officer has set its hand and

stamp on this __________ date of _______ 20___ at ____________________

WITNESS NO.1

_____________

(Signature)

Full name and official address

(in legible letters)

Stamp

WITNESS NO.2

_____________

(Signature)

Full name and official address

(in legible letters)

Stamp

_____________

(Signature)

Full name, designation and address

(in legible letters)

With Bank

Attorney as per power of

Attorney No._____________

Dated __________________

Page 110: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

Item

No.

Description of Services

(For detailed description of Services Refer SOQ)UOM

Estimated

Quantity

Rate (Rs.)

Excluding GST

Applicable

GST Rate

in %

Applicable

GST

(Select from

Drop Down

List)

Amount (Rs.)

Excluding GST

Amount (Rs.)

Including GST

A B C D = A * B E = D+(D * C%)

10 Mobilization Charge for personnel and crane LSM 1 0.00 0.00

20 Operating Day Rate for personnel DAY 1077 0.00 0.00

30 ILM Charge move up to 30 KM LSM 32 0.00 0.00

40 KM Charge when ILM is in excess of 30 KM KM 800 0.00 0.00

50 Operating Charge for Crane DAY 1077 0.00 0.00

60 Charges for Catering Services NO 4000 400.00 18.00% CGST+SGST 1600000.00 1888000.00

70 Re-Mobilization Charge for personnel and crane LSM 4 0.00 0.00

1600000.00 1888000.00

SAC/HSN Code

Total (Rs)

NOTE:

1. Bidders need not quote for charges for catering services and shall be Rs. 400.00 per day per person. However the total contract cost of the contract shall be inclusive of

amount for catering charges.

2. The rig will operate for 365 days in a year on 24 hrs. basis.

3. The rates quoted above should be inclusive of all statutory liabilities but exclusive of GST which will be to OIL’s account.

4. It may clearly be noted that the requirement indicated above are purely for evaluation purpose only and the actual requirement may vary. Payment will however be made at actual.

5. Bidders are required to submit price break-up of the quoted operating day rate for personnel as per the format provided in the bid document. Offer without Price break-up and with

prices not conforming to the minimum-wage act rates shall be rejected outright.

DESCRIPTION OF WORK/SERVICE: Hiring of MMC service for Drilling Water Disposal Wells (WDW) for a period of 04 (Four) years.

OIL INDIA LIMITED

(A Government of India Enterprise)

Duliajan, Assam

NAME OF BIDDER

Bidder's GST No.

Select the benefit sought under the Policy

( Use Drop Down List )

E-TENDER NO. CDO7190P18

Page 1 of 2

Page 111: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

NAME OF BIDDER

E-TENDER NO. CDO7190P18

3 OIL will prefer to deal with registered bidder under GST. Therefore, bidders are requested to get themselves registered under GST, if not registered yet.

However, in case any unregistered bidder is submitting their bid, their prices will be loaded with applicable GST while evaluation of bid. Where OIL is entitled for input

credit of GST, the same will be considered for evaluation of bid as per evaluation methodology of tender document.

8. Refer to GCC for detail of GST

7. Purchase preference policy-linked with Local Content (PP – LC ) notified vide letter No. O-27011/44/2015-ONG/II/FP dated 25.04.2017 of MoPNG shall be

applicable in this tender

Bidders seeking benefits under Purchase Preference Policy (linked with Local Content) (PP - LC) shall have to comply with all the provisions specified in ITB and shall

have to submit all undertakings / documents applicable for this policy.

6. Bidder may seek benefits under PP-LC policy as well as Public Procurement Policy for MSEs – Order 2012, Bidder hereby categorically seek benefits against only

one of the two policies i.e. either PP-LC or MSE policy.

i. PP-LC

OR

ii. MSE policy (NOT APPLICABLE FOR THIS TENDER).

1. The price/rate(s) quoted by the Bidders will be inclusive of all taxes except GST (i.e. IGST or CGST and SGST/UTGST as applicable in case of interstate supply or

intra state supply respectively and Cess on GST , if applicable) on the final services. However, GST rate (including cess) & Custom Duty to be provided in the

respective places in the Price Bid.

11. Mobilisation Period: 45 (Forty Five) days from the date of issue of LOA.

12. Bidders are required to submit price break-up of the quoted Operating Day Rate as per the format provided. Offer without Price break-up or with prices not

conforming to the minimum-wage act rates shall be rejected outright.

10. Period of Contract : 04 (Four) years.

5. Input Tax Credit on GST (Goods & Service Tax) for this service is NOT available to OIL & The bids will be evaluated based on total price including GST.

2. Price Bids shall be evaluated on overall lowest cost to OIL (L-1 offer) basis i.e. considering total quoted price for all services including applicable GST(CGST &

SGST/UTGST or IGST)

9. Refer to SOQ & SCC for Item detail Description

4. Price Bid uploaded without giving any of the details of the taxes (Including rates and amounts) will be considered as inclusive of all taxes including GST.

When a bidder mentions taxes as extra without specifying the rates & amount, the offer will be loaded with maximum value towards taxes received against the tender for

comparison purposes. If the bidder emerges as lowest bidder after such loading, in the event of order on that bidder, taxes mentioned by OIL on the Purchase Order/

Contracts will be binding on the bidder.

Page 2 of 2

Page 112: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

Proforma BB(PP-LC)

%

Rs./Foreign Currency (To

be specified by the service

provider)

a b c=a+b d = a/c e = c x d

ICost component

Material used costRs./Foreign Currency 0.00 #DIV/0! #DIV/0!

II Personnel & Consultant cost Rs./Foreign Currency 0.00 #DIV/0! #DIV/0!

III Other services cost Rs./Foreign Currency 0.00 #DIV/0! #DIV/0!

IV Total cost (I to III) Rs./Foreign Currency 0.00 0.00 0.00 #DIV/0! #DIV/0!

B Taxes and Duties Rs./Foreign Currency 0.00 #DIV/0! #DIV/0!

C Total quoted price Rs./Foreign Currency 0.00 0.00 0.00 #DIV/0! #DIV/0!

Note:-

1. As regards cases where currency quoted by the bidder is other than Indian Rupee, exchange rate prevailing on the date of notice inviting

tender (NIT) shall be considered for the calculation of Local Content.

2. Refer to ITB for Detail of PP-LC.

A

% LC Service = Total cost (A. IV. c) - Total imported component cost (A. IV .b)

X 100Total Cost (A. IV.c)

% LC Service = Total domestic component cost (A. IV a)

X 100Total cost (A. IV. c)

Imported

Rs./Foreign Currency (To

be specified by the service

provider)

Total

LOCAL CONTENT

CALCULATION OF LOCAL CONTENT-SERVICESE-TENDER NO. CDO7190P18

NAME OF SUPPLIER OF GOODS/PROVIDER OF SERVICE Cost Summary

Domestic

Page 113: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 1 of 11

Bidders Name: ______________________________________________

Sl.

No.

Clause No.

of

BEC/BRC

Description

Compliance Bidder to indicate

Relevant Page No.

of their Bid to

support the

remarks/

compliance Yes No

1 1.0

1.0 BID EVALUATION CRITERIA (BEC)

The bid shall conform to the specifications and terms and conditions

given in the Bidding Documents. Bids will be rejected in case material

and services offered do not conform to the required parameters

stipulated in the technical specifications. Notwithstanding the general

conformity of the bid to the stipulated specifications, the following

requirements will have to be particularly met by the Bidders without

which the same will be considered as non-responsive and will not be

considered for evaluation. All the documents related to BEC shall be

submitted along with the Technical Bid.

1.1 FINANCIAL CRITERIA

2 1.1.1

Annual Financial Turnover of the bidder during any of preceding 03

(Three) financial/accounting years from the original bid closing date

should be at least Rs. 3,57,08,350.00 (Rupees Three Crore Fifty

Seven Lakhs Eight Thousand Three Hundred fifty only).

3 1.1.2 Net worth of the bidder must be Positive for the preceding

financial/accounting year.

4

Note to

above

Clause 1.1

above

Notes to BEC Clause 1.1 above:

a. For proof of Annual Turnover & Net worth, any one of the

following documents/photocopies must be submitted along with

the bid:

Page 114: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 2 of 11

(i) Audited Balance Sheet along with Profit & Loss account.

OR

(ii) A certificate issued by a practicing Chartered/Cost

Accountant (with Membership Number and Firm Registration

Number), as per format prescribed in Annexure-X.

b. Considering the time required for preparation of Financial

Statements, if the last date of preceding financial/accounting

year falls within the preceding six months reckoned from the

original bid closing date and the Financial Statements of the

preceding financial/accounting year are not available with the

bidder, then the financial turnover of the previous three

financial/accounting years excluding the preceding financial

/accounting year will be considered. In such cases, the Net worth

of the previous financial/accounting year excluding the preceding

financial/accounting year will be considered. However, the bidder

has to submit an affidavit/undertaking certifying that 'the

balance sheet/Financial Statements for the financial year 2016-

17 have actually not been audited so far'.

c. In case the bidder is a Central Govt. Organization/PSU/State

Govt. Organization/Semi-State Govt. Organization or any other

Central/State Govt. Undertaking, where the auditor is appointed

only after the approval of Comptroller and Auditor General of

India and the Central Government, their certificates may be

accepted even though FRN is not available. However, bidder to

provide documentary evidence for the same.

1.2 TECHNICAL CRITERIA

5 1.2.1

The bidder must have experience of providing complete man-

management services for operation of Drilling or Work-over rigs to

OIL/ONGC/E&P companies of minimum amount of Rs 3,57,08,350.00

(Rupees Three Crore Fifty Seven Lakhs Eight Thousand Three

Hundred fifty only) either through Man-Management service contract

or through Charter Hire Rig contract under single contract during last

07 (Seven) years to be reckoned from the original bid closing date.

Page 115: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 3 of 11

Necessary documents to substantiate the same must be forwarded

along with the technical bid.

OR

The bidder must have a minimum of 02 (Two) years continuous

experience of providing minimum 01 (One) no. complete Man-

Management services for operation of Drilling or Work-over rig to

OIL/ONGC/E&P companies either through Man-Management service

contract or through Charter Hire Rig contract during last 07 (Seven)

years to be reckoned from the original bid closing date. Necessary

documents to substantiate the same must be forwarded along with the

technical bid.

6

Note to BEC

clause 1.2.1

Notes to BEC Clause 1.2.1 above:

a. The bidder must confirm the following in their bid:

i) To provide experience and qualified personnel. The

qualification and work experiences of key personnel to be

deployed by the bidder must be in accordance with the

requirement as per the Clause 2.0 (UNDER SCOPE OF

WORK). The complete Bio-data of the key personnel to this

effect must be submitted for OIL'S approval and clearance

at the time of deployment.

ii) To quote for full service as laid down in TERMS OF

REFERENCE/TECHNICAL SPECIFICATIONS/DETAILS OF

SERVICES.

b. Documentary evidence in support of experience must be

submitted along with the Un-Priced Techno-Commercial Bid. The

documentary evidence must be in the form of copies (self-attested

/attested) of Job Completion certificate/Gross Payment

Certificate along with contract copy/work order/LOA etc. as

applicable showing gross value of job done including nature of

job done and time period covering as per the NIT. Only Letter of

Page 116: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 4 of 11

Intent (LOI)/Letter of Award (LOA), or Work Order(s) are not

acceptable as evidence.

c. Mere award of contract(s) will not be counted towards experience.

Successful completion of the awarded contract(s) to the extent of

volume & value, as stipulated respectively under Clause Nos.

1.2.1 will only be treated as acceptable experience.

d. Following work experience will also be taken into consideration:

1. If the prospective bidder has executed contract in which

similar work is also a component of the contract. 2. If the prospective bidder is executing similar work which is

still running and the contract value/quantity executed prior to original bid closing date is equal to or more than the minimum prescribed value in the BEC.

3. In case the start date of the requisite experience is beyond the prescribed 07 (seven) years reckoned from the original bid closing date but completion is within the prescribed 07 (seven) years reckoned from the original bid closing date.

Proof of work experience against Para d. above, to satisfy a.

similar work b. Minimum prescribed Value/Qty c. Prescribed

period of 07 years, to be submitted as below:

1. In case requisite experience is against OIL's Contract: Bidder must submits the breakup of similar work and its value/quantity mentioning SES No. and copies of all relevant SES.

2. In case requisite experience is NOT against OIL's Contract:

Bidder must submit the breakup of similar work and its

value/quantity executed within the prescribed period of 07

(seven) years reckoned from the original bid closing date.

The breakup must be certified by the end user or a

certificate issued by a practicing Chartered/Cost

Accountant Firm (with Membership Number & Firm

Page 117: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 5 of 11

Registration Number).

e. SIMILAR work executed by a bidder for its own

organization/subsidiary cannot be considered as experience for

the purpose of meeting BEC.

f. Bids submitted for part of the work will be rejected. Bid will be

rejected if not accompanied with adequate documentary proof in

support of Annual turnover, Net worth and Work experience as

mentioned in Para 1.1.1, 1.1.2, 1.2.

7 1.3

Price bid shall be opened in respect of only the techno-commercially acceptable bidders whose bids have been found to be substantially responsive. A substantially responsive bid is one that meets the terms and conditions of the Tender and/or the acceptance of which bid will not result in indeterminate liability on OIL.

8 1.4 Bidders are required to quote for all the items as per Price Bid Format,

otherwise the offer of the bidder will be straightway rejected.

9 1.5

If there is any discrepancy between the unit price and the total price,

the unit price will prevail and the total price shall be corrected.

Similarly, if there is any discrepancy between words and figure, the

amounts in words shall prevail and will be adopted for evaluation.

10 1.6

The quantities shown against each item in the "Price Bid Format" shall

be considered for the purpose of Bid Evaluation. It is, however, to be

clearly understood that the assumptions made in respect of the

quantities for various operations are only for the purpose of evaluation

of the bid and the Contractor will be paid on the basis of the actual

number of days/parameter, as the case may be.

11 1.7

The bidders are advised not to offer any discount/rebate separately and

to offer their prices in the Price Bid Format after considering

discount/rebate, if any.

12 1.8

Conditional and unsolicited discount will not be considered in

evaluation. However, if such bidder happens to be the lowest

recommended bidder, unsolicited discount without any condition will be

Page 118: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 6 of 11

considered for computing the contract price.

13 1.9

In case of identical overall lowest offered rate by more than 1 (one) bidder, the selection will be made by draw of lot between the parties offering the same overall lowest price.

14 1.10

Bidders shall have to submit price break-up for their 'Day Rate

charge' as per the provided format (IA) complying minimum statutory

wage payment to different class of workers to be deployed by them under

the contract. Bids without "Price break-up" and with Price break-up with

un-realistic price not conforming to the minimum wage act shall be

rejected.

15 1.11

Price Bids will be evaluated on overall lowest cost basis (L-1 offer) i.e.

considering total quoted price for all items of SOQ inclusive of all

liabilities including statutory liabilities but excluding GST (CGST &

SGST/UTGST or IGST) as per Price Bid Format for 04 (Four) years.

Total ESTD. Contract cost for MMC service for WDW well including all

taxes & duties except GST which shall be extra to OIL.

T = TM + TODR1 + TILM1 + TILM + TODR2 + TRM + TC

where,

i) Total Mobilization charges of personnel and Crane, Lumpsum,

TM = M.

ii) Total Operating day rate charge for personnel, TODR1 = ODR1 x

1077 Days [Total days less ILM days in 04 (Four) years (384 days,

considering 08 ILM in 01 (One) year and 12 (Twelve) days for each

ILM).

iii) Total Inter-location move charge up to 30 KM, TILM1 = ILM1 x 32

(considering 08 ILM in 01 (One) year i.e., 32 nos. for 04 (Four)

years).

iv) Total Kilometerage charge when the ILM is in excess of 30 Km,

TILM = ILM x 800 (considering 200 KM in 01 (One) year i.e., 800

KM for 04 (Four) years.

Page 119: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 7 of 11

v) Total Operating charge for Crane TODR2 = ODR2 x 1077 Days

[Total days less ILM days in 04 years (384 days, considering 08

ILM in 01 (One) year).

vi Total Re-mobilization charge for personnel and Crane, Lump sum

TRM = RM x 04 (Considering 01 (One) Re-mobilization in 01

(One) year).

vi) Total Charges for catering services per person TC = 400 x 4000.

NOTES:

(i) The above items/activities are as defined in 'Scope of Work' and

'Schedule of Rates and payment' of the tender.

(iii) The quoted charges and total cost of the contract should be

exclusive of GST, which shall be to Company's (OIL) account.

16 1.13

1.13 PURCHASE PREFERENCE POLICY (LINKED WITH LOCAL

CONTENT) (PP-LC)

1.13.1 Purchase preference policy-linked with Local Content (PP - LC)

notified vide letter no. O-27011/44/2015-ONG-II/FP dated

25.04.2017 of MoP&NG shall be applicable in this tender.

(http://petroleum.nic.in/policy-provide-purchase-preference-

linked-local-content-pp-lc-all-psus).

1.13.2 Bidders seeking benefits, under Purchase Preference Policy

(linked with Local Content) (PP-LC) shall have to comply with all

the provisions specified all clauses under clause No. 22 of ITB

and shall have to submit all undertakings/documents applicable

for this policy.

17 1.14

OIL will prefer to deal with registered bidder under GST. Therefore,

bidders are requested to get themselves registered under GST, if not

registered yet.

However, in case any unregistered bidder is submitting their bid, their

prices will be loaded with applicable GST while evaluation of bid. Where

Page 120: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 8 of 11

OIL is entitled for input credit of GST, the same will be considered for

evaluation of bid as per evaluation methodology of tender document.

18 1.15

Price Bid uploaded without giving any of the details of the taxes

(Including rates and amounts) will be considered as inclusive of all taxes

including GST.

When a bidder mentions taxes as extra without specifying the rates &

amount, the offer will be loaded with maximum value towards taxes

received against the tender for comparison purposes. If the bidder

emerges as lowest bidder after such loading, in the event of order on

that bidder, taxes mentioned by OIL on the Purchase Order/Contracts

will be binding on the bidder.

19 1.16

Input Tax Credit on GST (Goods & Service Tax) for this service is NOT

available to OIL & the bids will be evaluated based on total price

including GST.

20 1.17 Based on the evaluation of techno-commercially qualified bidders, the

job will be awarded to L-1 bidder.

2.0 BID REJECTION CRITERIA (BRC):

21 2.1

2.1 The bids are to be submitted in single stage under 2 (two) bid system i.e. Un-priced Techno-Commercial Bid and Price Bid together. Only the Price Bid should contain the quoted price.

22 2.2

The price quoted by the successful bidder must be firm during the performance of the contract and not subject to variation on any account except as mentioned in the bid document. Any bid submitted with adjustable price quotation other than the above will be treated as non-responsive and rejected.

23 2.3

Bid security shall be furnished as a part of the Techno Commercial Un-priced Bid. The amount of bid security should be as specified in the forwarding letter. Any bid not accompanied by a proper bid security will be rejected.

24 2.4

Bid Documents/User Id & Password for OIL's E-Tender portal are not transferable. Bid made by parties who have not submitted the requisite tender fees will be rejected.

25 2.5 Any bid received in the form of Physical document/ Telex/Cable/Fax/E-mail will not be accepted.

Page 121: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 9 of 11

26 2.6

Bids shall be typed or written in indelible ink. The bidder or his authorized representative shall sign the bid digitally, failing which the bid will be rejected.

27 2.7

Bids shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by bidder, in which case such corrections shall be initiated by the persons(s) signing (digitally) the bid. However, white fluid should not be used for making corrections. Any bid not meeting this requirement shall be rejected.

28 2.8 Any bid containing false statement will be rejected and action will be taken by Company as per Bid Document.

29 2.9

Bidders must quote clearly and strictly in accordance with the price schedule outlined in Price Bidding Format attached under "Notes and Attachments" tab in the main bidding engine of OIL's e-Tender portal; otherwise the bid will be rejected. All other techno-commercial documents other than price details to be submitted with Un-priced Techno-Commercial Bid as per tender requirement in the c-Folder link (collaboration link) under "Technical RFx Response" Tab Page only.

30 2.10

Bidder must accept and comply with the following provisions as given in the Tender Document into, failing which offer will be rejected:

(i) Firm price (ii) EMD/Bid Bond (iii) Period of validity of Bid (iv) Price Schedule (v) Performance Bank Guarantee/Security deposit (vi) Delivery/Completion Schedule (vii) Scope of work (viii) Guarantee of material/work (ix) Liquidated Damages clause (x) Tax liabilities (xi) Arbitration/Resolution of Dispute Clause (xii) Force Majeure

(xiii) Applicable Laws (xiv) Specifications (xv) Integrity Pact

31 2.11

There should not be any indication of price in the Un-priced Techno-Commercial Bid. A bid will be straightway rejected if this is given in the Un-priced Techno-Commercial Bid.

Page 122: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 10 of 11

32 2.12 Bid received with validity of offer less than 120 (one hundred twenty) days from the date of Technical Bid opening will be rejected.

33 2.13

The Integrity Pact is applicable against this tender. OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Part-VI of the tender document. This Integrity Pact proforma has been duly signed digitally by OIL's competent signatory. The proforma has to be returned by the bidder (along with the Un-priced Techno-Commercial Bid) duly signed (digitally) by the same signatory who signed the bid, i.e., who is duly authorized to sign the bid. Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder's authorized signatory who sign the

Bid.

34

3.0 GENERAL:

3.1 In case bidder takes exception to any clause of bidding document

not covered under BEC/BRC, then the Company has the discretion to

load or reject the offer on account of such exception if the bidder does

not withdraw/modify the deviation when/as advised by company. The

loading so done by the company will be final and binding on the

bidders. No deviation will however be accepted in the clauses covered

under BRC.

3.2 To ascertain the substantial responsiveness of the bid the

Company reserves the right to ask the bidder for clarification in respect

of clauses covered under BEC/BRC also and such clarifications fulfilling

the BEC/BRC clauses in toto must be received on or before the deadline

given by the company, failing which the offer will be will be evaluated

based on the submission. However, mere submission of such

clarification shall not make the offer responsive, unless company is

satisfied with the substantial responsiveness of the offer.

3.3 If any of the clauses in the BRC contradict with other clauses of

bidding document elsewhere, the clauses in the BRC shall prevail.

3.4 Bidders should note that the documents/information submitted

by the bidder(s) against the tender are presumed to be genuine,

authentic and true copy of the originals. However, in case at any stage

Page 123: OIL INDIA LIMITED CONTRACTS DEPARTMENT (A Govt. …oil-india.com/pdf/tenders/national/NIT_CDO7190P18.pdf2018-02-24Page 1 of 1

TECHNICAL EVALUATION SHEET FOR BEC TENDER NO. CDO7190P18

Page 11 of 11

of tendering process or during execution of the contract or after expiry

of contract, if it is detected that bidder has submitted forged or

fabricated documents or furnish false information towards fulfillment of

any of the tender/contract conditions, Company shall immediately

reject the bid of such bidder(s) or cancel/terminate the contract, as the

case may be and forfeit EMD/SD submitted by the bidder. Besides, the

bidder shall be dealt as per the Banning Policy (available in OIL’s

website) of Company.

3.5 Bidder(s) must note that requisite information(s)/financial values

etc. as required in the BEC/BRC & Tender are clearly understandable

from the supporting documents submitted by the Bidder(s); otherwise

Bids shall be rejected.

3.6 OIL will not be responsible for delay, loss or non-receipt of

applications for participating in the bid sent by mail and will not

entertain any correspondence in this regard.

3.7 The originals of such documents [furnished by bidder(s)] shall

have to be produced by bidder(s) to OIL as and when asked for.


Recommended